SOLICITATION NOTICE
66 -- Replacement Noise Figure Analyzer and Noise Sources
- Notice Date
- 9/10/2012
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- 1520 E. Bannister Road, Kansas City, MO 64131
- ZIP Code
- 64131
- Solicitation Number
- NWWG9160-12-403A
- Response Due
- 9/14/2012
- Archive Date
- 3/13/2013
- Point of Contact
- Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
- E-Mail Address
-
Clientservices@fedbid.com;
- Small Business Set-Aside
- Total Small Business
- Description
- AMENDMENT NOTICE:This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is NWWG9160-12-403 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-60. The associated North American Industrial Classification System (NAICS) code for this procurement is 334515 with a small business size standard of 500.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2012-09-14 13:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Kansas City, MO 64131 The National Oceanic & Atmospheric Administration requires the following items, Meet or Exceed, to the following: LI 001, The National Weather Service (NWS) intend to solicit for the purchase of a Noise Figure Analyzer and Noise Sources. The following is a list of minimum specifications for the Noise Figure Analyzer and Noise Sources: Frequency Range: 10 MHz to 3.0 GHz Measurement Bandwidth: 0.2 MHz to 4 MHz nominal Frequency Reference o Temperature Stability < 0.01 ppm o Settability < 0.01 ppm Tuning Accuracy o with 4 MHz Bandwidth: < reference error + 0.1 MHz o with <4 MHz Bandwidth: < reference error + 20 kHz Noise Figure of Test Set (Instrument): < 5.0 dB Maximum external gain between output of the noise source and RF input: 60 dB Expected range of Noise Figure values on components to be measured: o 0.5 dB from R400-2A5A4 Low Noise Amplifier o 65 dB from R400-2A9A4A1 Noise Module (with attenuation) SWR (50 reference): <1.8:1 Measurement : o Fixed Frequency o Frequency Sweep 400 points Trigger selection- Single or continuous o Speed up to 64 averages: <50 ms/measurement nominal Display: o Table of values and graphic display o 2 display channels o Minimum 4 markers per channel o Programmable upper and lower limits for each channel Units Displayed: o Noise Figure F dB or as a ratio o Gain G dB or as a ratio o Y-factor Y dB or as a ratio o Effective input noise temperature in Kelvin, C, F o Phot relative power density in dB or as a ratio o Pcold relative power density in dB or as a ratio RF Input: N Type (f), 50 nominal Noise Source Drive Output: o Connector BNC (f), 50 nominal o Voltage 28.0 0.1 V Probe Power: 15 Vdc, -12.6 Vdc 10 MHz Ref Out: > 0 dBm, BNC (f), 50 nominal 10 MHz Ref In: -15 dBm to 10 dBm, BNC (f), 50 nominal Printer: parallel, 25 pin female D-Sub Data Storage-USB or Floppy drive Ease of setup and operation to reduce testing time and avoid errors, for example: o Automatically measures and corrects for temperature variations so the readings remain accurate without delays for temperature checks and manual correction of the equipment settings. o Select equipment with programmable upper and lower limits for results to reduce calculation errors. o ENR data is stored in an EEPROM on the noise source. It downloads to the Noise Figure Analyzer automatically reducing technician setup time and errors made during manual entry. These items are being purchased for the NWS, to be delivered to the National Reconditioning Center, Kansas City, MO. These items will be used to replace the current NRC HP8970B Noise Figure Meter and HP346A Noise Source. The equipment that meets the above requirements is as follows: Agilent N8973A 10 MHz to 3 GHz NFA Series Noise Figure Analyser (1 each) Agilent Option N8973A-1D5 NFA Series High Stability Freq. Reference (1 each) Agilent N4000A 10 MHz to 18 GHz Noise Source, nominal ENR 6 dB (1 each) Agilent N4000A-002 Noise Source Cable (1 each) Agilent N4001A 10 MHz to 18GHZ Noise Source, nominal ENR 15 Db (1 each) Agilent N4001A-002 Noise Source Cable (1 each) The National Reconditioning Center is open to other equipment that will also meet the requirements listed above., 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, National Oceanic & Atmospheric Administration intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. National Oceanic & Atmospheric Administration is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. The offeror must provide within its offer the number of days required to make delivery after it receives a purchase order from the buyer. No partial shipments are permitted unless specifically authorized at the time of award. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The CAR clauses incorporated into this acquisition shall be the following: 1352.201-70 Contracting Officers Authority (Apr 2010), 1352.209-73 Compliance With The Laws (Apr 2010), 1352.209-74 Organizational Conflict of Interest (Apr 2010) and 1352.246-70 Place of Acceptance (Apr 2010). The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. Completed copy of FAR 52.212-3 Representations & Certifications-Commercial items or certification of registration with the Online Representations & Certifications Application (ORCA) database.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/AGAMD/NWWG9160-12-403A/listing.html)
- Place of Performance
- Address: Kansas City, MO 64131
- Zip Code: 64131
- Zip Code: 64131
- Record
- SN02875027-W 20120912/120910235851-9c6dc8beb049b0005c80359aecebc96e (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 |