MODIFICATION
66 -- Digital Sampling Oscilloscope
- Notice Date
- 5/25/2012
- Notice Type
- Modification/Amendment
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, ASC/PKO, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
- ZIP Code
- 45433-5309
- Solicitation Number
- FA8601-12-T-0189(sources)
- Archive Date
- 6/19/2012
- Point of Contact
- Kelsy L. Perry, Phone: 9372575799
- E-Mail Address
-
kelsy.perry@wpafb.af.mil
(kelsy.perry@wpafb.af.mil)
- Small Business Set-Aside
- N/A
- Description
- SECOND AMENDMENT TO SOURCES SOUGHT SYNOPSIS: It has been determined that it was necessary to revise one of the required specifications for the multi-channel digital oscilloscope. "Acquisition Channels: ≥ 10 simultaneous, independent channels" has been revised to "Acquisition Channels: ≥ 10 simultaneous, independent channels with integrated control and display of all channels." Furthermore, it was determined that the following should be included as an additional requirement: "Channel-to-channel timing jitter of ≤ 300 fs across all channels. The full list of requirements for the multi-channel digital sampling oscilloscope purchase has been updated below. Accordingly, this sources sought posting has been extended until 12:00 noon Eastern Time on Monday, 4 June 2012. AMENDMENT TO SOURCES SOUGHT SYNOPSIS: An error was discovered in the original sources sought synopsis posted on 15 May 2012. The error has been corrected from "The required specifications for the L-band amplifier consist of the following" to "The required specifications for the multi-channel digital sampling oscilloscope consist of the following." Please see the full sources sought synopsis below for the complete list of requirements for this purchase. SOURCES SOUGHT SYNOPSIS (Not a Notice of Solicitation) The United States Air Force, ASC/Operational Contracting Division, Wright-Patterson AFB, Ohio is seeking potential sources that are capable of providing a digital sampling oscilloscope. Firms responding shall specify that their services meet the specifications provided below and provide detailed product information to show clear technical compliance. Additionally, sales history including recent commercial companies sold to should be included to determine commerciality. The required specifications for the multi-channel digital sampling oscilloscope consist of the following: 1. Acquisition Channels: ≥ 10 simultaneous, independent channels with integrated control and display of all channels 2. Channel-to-channel timing jitter of ≤ 300 fs across all channels 3. Sample Rate: ≥ 40 GSa / sec for each channel 4. Channel Bandwidth: ≥ 10 GHz / channel 5. Channel Memory: ≥ 20 MSa / channel, expandable to ≥ 256 MSa / channel 6. Digitizer Output Transfer Rate: ≥ 100 MB/s 7. Remote Interface: 1000 Base-T Ethernet (RJ45 port) 8. Anti-Aliasing Bandwith Limiters: Built-in 9. Input Coupling: 1 MOhm and 50 Ohm 10. Vertical Resolution: 8 bit 11. Support for "sequence mode" acquisition to fill available sample memory All interested firms shall submit a response demonstrating their capabilities to produce the requested equipment to the primary point of contact listed below. As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. Firms responding should indicate whether they are, or are not, a small business, a socially and economically disadvantaged business, or a woman owned business. The general definition of a small business is one that is independently owned and operated, is not dominant in the field of operation in which it is proposing on Air Force contracts and with its affiliates; and the number of employees is not to exceed 500. NAICS Code to be used for this acquisition is 334515. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent acquisition. Respondents are further requested to indicate their status as a foreign-owned/foreign-controlled firm and any contemplated use of foreign national employees on this effort. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not individually be notified of the results of any government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), SDB, WOSB, VOSB, etc.). Capabilities package: All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of commercial sales-and product specifications related to this effort. Responses may be submitted electronically to the following e-mail address: kelsy.perry@wpafb.af.mil in a Microsoft word compatible format or mailed to ASC/PKOAA POC: Kelsy Perry, 1940 Allbrook Drive, Room 109, Wright-Patterson AFB, OH 45433-5309 to be received no later than 12:00 noon, Eastern Time, 4 June 2012. Direct all questions concerning this acquisition to Kelsy Perry at kelsy.perry@wpafb.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-12-T-0189(sources)/listing.html)
- Record
- SN02759207-W 20120527/120525235237-94b27df5b073ab2e2a2afd3ceab14a3d (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |