Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 22, 2012 FBO #3955
SOLICITATION NOTICE

66 -- Anritsu Cell Master and Anritsu BTS Master Spectrum analyzers

Notice Date
9/20/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
MICC Center - Yuma Proving Ground, KO Directorate of Contracting, 301 C Street BLDG 2100 RM 8, Yuma, AZ 85365-9498
 
ZIP Code
85365-9498
 
Solicitation Number
W9124R-12-R-0010
 
Response Due
9/24/2012
 
Archive Date
11/23/2012
 
Point of Contact
Kimberly Ross, 928-328-3314
 
E-Mail Address
MICC Center - Yuma Proving Ground
(kimberly.r.ross14.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a Combined Synopsis/Solicitation (CSS) for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 and FAR Part 13, Simplified Acquisition Procedures, as supplemented with additional information included in this notice. The announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-61 Effective 13 Sep 2012 and Defense Federal Acquisition Regulation Supplement (DFARS), current to DPN 20120906 (Effective 06 Sep 2012) Edition. This solicitation is being issued as a Request for Quotation (RFQ) under Solicitation Number W9124R-12-R-0010. The solicitation is issued on an unrestricted basis. The North American Industry Classification System (NAICS) code is 334515 with a size standard of 500 employees. All prospective bidders must be actively registered in the System for Award Management (SAM). Offerors may register online at https://www.sam.gov/portal/public/SAM/. Competition is for a Firm Fixed Price (FFP) contract. It is anticipated that payment will be made by Defense Finance and Accounting Service (DFAS) through Wide Area Workflow (WAWF). Quotes are being solicited on a brand name only basis. Award will be made on a Lowest Price Technically Acceptable (LPTA) basis. Quote must be provided for all Contract Line Item Numbers (CLINs); no partial quotes will be accepted. The Brand Name items being solicited are Anritsu Cell Master and Anritsu BTS Master Spectrum analyzers manufactured by Anritsu Company, 490 Jarvis Dr, Morgan Hill, CA 95037 - 2809. All quotes shall include transportation costs to USAYPG, AZ 85365. USAYPG requires Anritsu Cell Master and Anritsu BTS Master Spectrum analyzers to replace older non-functioning models. Anritsu and its authorized distributors are the only companies that can provide electronic and mechanical equipment and repair/replacement parts to expand and maintain this system. The new equipment must maintain the current baseline characteristics in order to maintain the integrity of the test data and to interact with the existing custom software. The new equipment must be compatible in cabling and interface connections, identical electronically in performance and standards, have identical software and hardware and must have identical physical characteristics for interchangeability. USAYPG has custom software that converts the output from the proprietary Anritsu form to a readable form. Failure to acquire the Anritsu spectrum analyzers would severely impact USAYPG's test support capabilities, delay the delivery of new or improved weapon systems or supplies, and put soldiers at risk. CLIN 0001, Quantity: 1, Unit of Issue: Each, Model: MT8213E, Description: Anritsu Cell Master with the options listed below; CLIN 0002, Quantity: 2, Unit of Issue: Each, Model MT8222B, Description: Anritsu BTS Master with the options listed below; Anritsu Cell Master with the options (All options are quantity of one unless otherwise noted): Product Number: Description MT8213E: Cell Master, 2-Port Cable/Antenna, Analyzer (2 MHz-6GHz), Spectrum, Analyzer (100 KHz-6GHz), Power, Meter (10 MHz-6GHz) MT8213E-0010: Option 10, High Voltage Variable Bias Tee MT8213E-0019: Option 19, High Accuracy Power Meter (Requires USB Power Sensor) MT8213E-0021: Option 21, 2-port Transmission Measurement MT8213E-0025: Option 25, Interference Analysis MT8213E-0027: Option 27, Channel Scanner MT8213E-0028: Option 28, CW Signal Generator (Requires External CW Signal Generator Kit P/N 69793, sold separately) MT8213E-0031: Option 31, GPS Built-in Receiver (Requires GPS Antenna P/N 2000-1528-R or 2000-1652-R, sold separately) MT8213E-0033: Option 33, CDMA OTA Measurements (Requires Option 31) MT8213E-0034: Option 34, EV-DO OTA Measurements (Requires Option31) MT8213E-0035: Option 35, W-CDMA/HSPA+ OTA Measurements MT8213E-0037: Option 37, Mobile WiMAX OTA Measurements (Option 31 is recommended) MT8213E-0040: Option 40, GSM/EDGE RF Measurements MT8213E-0041: Option 41, GSM/EDGE Demodulation MT8213E-0042: Option 42, CDMA RF Measurements MT8213E-0043: Option 43, CDMA Demodulation MT8213E-0044: Option 44, W-CDMA/HSPA+ RF Measurements MT8213E-0046: Option 46, Fixed WiMAX RF Measurements MT8213E-0047: Option 47, Fixed WiMAX Demodulation MT8213E-0052: Option 52, E1 Analyzer MT8213E-0062: Option 62, EV-DO RF Measurements MT8213E-0063: Option 63, EV-DO Demodulation MT8213E-0065: Option 65, W-CDMA/HSPA+ Demodulation MT8213E-0066: Option 66, Mobile WiMAX RF Measurements MT8213E-0067: Option 67, Mobile WiMAX Demodulation MT8213E-0090: Option 90, Gated Sweep MT8213E-0098: Option 98, Standard Calibration MT8213E-0541: Option 541, LTE RF Measurements MT8213E-0542: Option 542, LTE Modulation Measurements MT8213E-0546: Option 546, LTE OTA Measurements (Option 31 is recommended) MT8213E-0552: Option 552, TD-LTE Modulation Measurements MT8213E-0556: Option 556, TD-LTE OTA Measurements (Option 31 is Recommended) ICN50B: InstaCal Calibration Module, 2 MHz to 6.0 GHz, N(m), 50 Ohm QTY 2: 15NNF50-5.0C: Test Port Extension Cable, Armored, 5.0 meters, DC to 6.0 GHz, N(m) -N(f), 50 Ohm 760-243-R: Transit Case (Recommended case for all Handheld Products) OSLN50-1: Precision N(m) Open/Short/Load, 42dB, 6.0 GHz, 50 Ohm 2000-1636-R: Antenna Kit (Consists of: 2000-1030-R, 2000-1031-R, 2000-1032-R, 2000-1200-R, 2000-1035-R, 2000-1361-R, and carrying pouch) 69793: CW Signal Generator Kit (E-series) (Required for units with Option 28) 1091-27-R: Adapter, DC to 18 GHz, N(m)-SMA(f), 50 Ohm 2000-1528-R: Magnet Mount GPS Antenna (active 3-5V) with SMA connector and 4.6 m (15 ft) extension cable (Required for units with Option 31) 34NN50A: Precision Adapter, DC to 18 GHz, N(m) - N(m), 50 Ohm Anritsu BTS Master with the options (All options are quantity of two unless otherwise noted): Product Number: Description MT8222B: BTS Master, 2-Port Cable/Antenna Analyzer (400 MHz - 6 GHz), Spectrum Analyzer (150 KHz - 7.1 GHz), Power Meter (10 MHz - 7.1 GHz) MT8222B-0010: Option 10, High Voltage Variable Bias Tee MT8222B-0019: Option 19, High Accuracy Power Meter (Requires USB Power Sensor, sold separately) MT8222B-0023: Option 23, Vector Signal Generator MT8222B-0024: Option 24, IQ Waveform Capture (Requires Option 31) MT8222B-0025: Option 25, Interference Analysis MT8222B-0027: Option 27, Channel Scanner MT8222B-0031: Option 31, GPS Built-in Receiver (Requires GPS Antenna P/N 2000-1528-R or 2000-1652-R, sold separately) MT8222B-0033: Option 33, CDMA OTA Measurements (Requires Option 31) MT8222B-0034: Option 34, EV-DO OTA Measurements (Requires Option 31) MT8222B-0035: Option 35, W-CDMA/HSPA+ OTA Measurements MT8222B-0037: Option 37, Mobile WiMAX OTA Measurements (Option 31 is recommended) MT8222B-0040: Option 40, GSM/EDGE RF Measurements MT8222B-0041: Option 41, GSM/EDGE Demodulation MT8222B-0042: Option 42, CDMA RF Measurements MT8222B-0043: Option 43, CDMA Demodulation MT8222B-0044: Option 44, W-CDMA/HSPA+ RF Measurements MT8222B-0046: Option 46, Fixed WiMAX RF Measurements MT8222B-0047: Option 47, Fixed WiMAX Demodulation MT8222B-0052: Option 52, E1 Analyzer MT8222B-0062: Option 62, EV-DO RF Measurements MT8222B-0063: Option 63, EV-DO Demodulation (Requires Option 9) MT8222B-0065: Option 65, W-CDMA/HSPA+ Demodulation MT8222B-0066: Option 66, Mobile WiMAX RF Measurements MT8222B-0067: Option 67, Mobile WiMAX, Demodulation MT8222B-0090: Option 90, Gated Sweep MT8222B-0098: Option 98, Standard Calibration MT8222B-0541: Option 541, LTE RF Measurements MT8222B-0542: Option 542, LTE Modulation Measurements MT8222B-0543: Option 543, 15 & 20 MHz LTE Modulation Measurements (Requires either Option 541, 542, 551 or 552) MT8222B-0546: Option 546, LTE OTA Measurements (Option 31 is recommended) MT8222B-0551: Option 551, TD-LTE RF Measurements MT8222B-0552: Option 552, TD-LTE Modulation Measurements MT8222B-0556: Option 556, TD-LTE OTA Measurements (Option 31 is recommended) OSLN50-1: Precision N(m) Open/Short/Load, 42dB, 6.0 GHz, 50 Ohm 34NN50A: Precision Adapter, DC to 18 GHz, N(m) - N(m), 50 Ohm SM/PL-1: Precision N(m) Load, 6.0 GHz, 42dB PSN50: High Accuracy Power Sensor, 50 MHz to 6 GHz, 50 Ohm QTY 4: 15NNF50-5.0C: Test Port Extension Cable, Armored, 5.0 meters, DC to 6.0 GHz, N(m) - N(f), 50 Ohm 2000-1636-R: Antenna Kit (Consists of: 2000-1030-R, 2000-1031-R, 2000-1032-R, 2000-1200-R, 2000-1035-R, 2000-1361-R, and carrying pouch) 760-243-R: Transit Case (Recommended case for all Handheld Products) 2000-1528-R: Magnet Mount GPS Antenna (active 3-5V) with SMA connector and 4.6 m (15 ft) extension cable (Required for units with Option 31) This RFQ closes on Monday, 24 September 2012 at 4:00 PM Mountain Standard Time (MST). Offers shall be clearly marked with RFQ referencing number #W9124R-12-R-0010 and emailed to the Point of Contact (POC) listed below or sent by facsimile to 928-328-6534 no later than the closing date and time. In addition, all technical questions concerning this requirement must be emailed to the POC listed below no later than 21 September 2012 at 1:00 PM MST. As a minimum, offerors shall include with their signed quotation the following information: (1) Company name, address, Dun & Bradstreet Data Universal Numbering System (DUNS) number, and Tax Identification Number (TIN); (2) POC with telephone and facsimile numbers and email address; (3) Completed the annual representations and certifications in SAM, and submit a signed copy of FAR Clause 52.212-3(b); or a completed copy of FAR 52.212-3, Representations and Certifications with Alternate I. Note: In order to complete the Representations and Certifications go to the Air Force Website at http://farsite.hill.af.mil, locate the referenced provision, copy and paste it to a Word document and complete.; (4) Submit a completed, signed copy of DFARS 252.209-7999; see below for full text; (5) Proposed price, Arizona vendors may include the Arizona Transaction Privilege Tax, if applicable; and (6) Acknowledgment of Solicitation Amendments, if applicable. Offerors that fail to furnish required representation or technical information as required by FAR provisions 52.212-1 or reject the terms and conditions of this solicitation may be excluded from consideration. It is the responsibility of the contractor to be familiar with the applicable provisions and clauses which can be accesses in full text at http://farsite.hill.af.mil. The CSS and all other associated documentation are located at the Mission & Installation Contracting Command - Yuma Proving Ground web site at: http://www.yuma.army.mil/site_contracting.asp. The following FAR Clauses and Provisions are incorporated by reference and apply to this acquisition: FAR provisions: 52.212-1, Instructions to Offerors of Commercial items (Feb 2012) 52.212-3, Offeror Representations and Certifications Commercial Item (Apr 2012) with Alternate I (Apr 2011) FAR Clauses: FAR 52.212-4, Contract Terms and Conditions Commercial Items (Feb 2012) FAR 52.212-5 Contract Terms and Conditions required to Implement Statutes of Executive Order Commercial Items (Aug 2012) Specific clauses cited in FAR 52.212-5 that are applicable to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Aug 2012) 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012) 52.219-8, Utilization of Small Business Concerns (Jan 2011) 52.219-28, Post-Award Small Business Program Representation (Apr 2009) 52.222-3, Convict Labor (Jun 2003) 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Mar 2012) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (Mar 2007) 52.222-35, Equal Opportunity for Veterans (Sep 2010) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) 52.222-37, Employment Reports on Veterans (Sep 2010) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003) FAR Clauses added by addendum: 52.247-34, FOB Destination (Nov 1991) 52.252-2, Clauses Incorporated By Reference (Feb 1998) with http://farsite.hill.af.mil/vffara.htm DFARS Provisions: 252.225-7020, Trade Agreements Certificate (JAN 2005) 252.203-7005, Representation Relating to Compensation of Former DoD Officials (NOV 2011) Please fill-in 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law. (Deviation 2012-00004) (Jan 2012) (a) In accordance with sections 8124 and 8125 of Division A of the Consolidated Appropriations Act, 2012, (Pub. L. 112-74) none of the funds made available by that Act may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) DFARS Clauses: 252.212-7001, Contract Terms and Conditions Required to Implement Statutes of Executive Orders Applicable to Defense Acquisitions of Commercial Items (June 2012) Specific clauses cited in DFARS 252.212-7001 that are applicable to this acquisition: 52.203-3, Gratuities (APR 1984) 252.203-7000, Requirements Relating to Compensation of former DOD Officials (Jan 2009) 252.225-7012, Preference for Certain Domestic Commodities (JUN 2010) 252.225-7021, Trade Agreements (JUN 2012) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Mar 2008) 252.247-7023, Transportation of Supplies by Sea (May 2002) DFARS clauses added by addendum: 252.211-7003, Item Identification and Validation (Aug 2008) 252.223-7008, Prohibition Of Hexavalent Chromium (May 2011) 252.232-7010, Levies on Contract Payments (Dec 2006) The following also applies: 5152.233-4000, AMC-LEVEL PROTEST PROGRAM (Sep 2011) If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters (HQ), Army Materiel Command (AMC). The HQ AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the HQ AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 Packages sent by FedEx or UPS should be addressed to: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures. (End of Clause) If you plan to participate in this acquisition, you are required to provide your name, address, phone number, and email address to the POC listed below or by facsimile 928-328-6534 for notification of amendments.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e04f4ff44077c27653b5c8836ebd708d)
 
Place of Performance
Address: MICC - Yuma Proving Ground 301 C Street BLDG 2100 RM 8 Yuma AZ
Zip Code: 85365-9498
 
Record
SN02892512-W 20120922/120921002537-e04f4ff44077c27653b5c8836ebd708d (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.