SOLICITATION NOTICE
66 -- High Performance Signal Generator
- Notice Date
- 10/29/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFNWC/PZI - Kirtland, Installation Contracting Division, AFNWC/PZI, 8500 Gibson SE, Bldg 20202, Kirtland AFB, New Mexico, 87117-5606, United States
- ZIP Code
- 87117-5606
- Solicitation Number
- F2KBAA4262A001
- Archive Date
- 11/29/2014
- Point of Contact
- Katherine M. Dorn, Phone: 505-846-5883
- E-Mail Address
-
katherine.dorn@us.af.mil
(katherine.dorn@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 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. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This requirement is a 100% small business set aside. The NAICS Code for this synopsis/solicitation is 334515, Size Standard 500 employees. Solicitation/Purchase Requisition Number F2KBAA4262A001 is issued as a Request for Quote (RFQ). This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-77, 14 Oct 2014. The Government contemplates award of a firm-fixed price contract resulting from this solicitation for the following Contract Line Item Numbers (CLIN): CLIN 0001: RF Signal Generator. HSX Series, 10 Mhz to 6 Ghz High Performance CW Source QUANTITY: 1 UNIT OF ISSUE: Each MANUFACTURER: Holzworth Instrumentation OR EQUAL MFG. P/N: HSX9001A OR EQUAL DESIRED DELIVERY: 4 months ARO FOB: Destination Inspection and Acceptance: Destination NOTE: Please provide a BRAND NAME OR EQUAL quote for the item(s) below. If an "or equal" quote is submitted, the proposal will be sent to the technical advisor for compatibility and verification. Any offeror providing an "or equal" product shall thoroughly describe how their product meets all the required characteristics listed. Failure to do so will make that offeror non-responsive and will not be considered for award. The item must meet the following specifications: Freq Range: 10MHz-6.0GHz Freq Resolution: 0.001Hz Switching Speed between frequencies: 5ms Reference In: 10MHz 0dBm to +15dBm (square or sine) into 50ohm +-1parts per million Lock Range +-1parts per million Adjustment (<1e-10 adjustment resolution). Reference Out: 10MHz >= 4dBm, sine into 50ohm load 100MHz >= 4dBm, sine into 50ohm load Amplitude Range: 10MHz - 3.0GHz: -110dBm to +18dBm 3.0GHz - 6.0GHz: -110dBm to +16dBm Amplitude Accuracy: 10MHz - 6.0GHz Max Power to -60dBm Accuracy: +-0.7dB 10MHz - 3.0GHz <-60dBm to -110dBm Accuracy: +-1.0dB 3.0GHz- 6.0GHz <-60dBm to -110dBm Accuracy: +-1.3dB Phase Noise at 10kHz and 20kHz offset from the following frequencies should be specified as follows: 10MHz spec: -152dBc/Hz 100MHz spec: -152dBc/Hz 250MHz spec: -148dBc/Hz 500MHz spec: -144dBc/Hz 1GHz spec: -138dBc/Hz 2GHz spec: -132dBc/Hz 3GHz spec: -129dBc/Hz 4GHz spec: -127dBc/Hz 6GHz spec: -123dBc/Hz Harmonics: 10MHz to 6GHz <-35dBc at +4dBm Output Power Nonharmonics at +4dBm Output Power: 10MHz - 1500MHz spec: <-80dBc at 1500MHz - 3000MHz spec: <-74dBc 3000-6000MHz spec: -68dBc Subharmonics at +4dBm Output Power: 10MHz - 1500MHz: None 1500MHz-3000MHz: <-60dBc 3000MHz-6000MHz: <-60dBc In accordance with the FAR 13.106-1(a)(2), offerors are notified that award will be made on the basis of best value. Best value shall be determined by price and technical capability. Offerors will be evaluated in accordance with FAR 13.106-2. Offers may be submitted via: mail to AFNWC/PZIA, ATTN: Katherine Dorn, 8500 Gibson Blvd. SE, Bldg 20202, Rm. 137, Kirtland AFB, NM 87117; fax to (505) 846-4262 ATTN: Katherine Dorn; or email to katherine.dorn@us.af.mil. Electronic documents shall be submitted in.pdf,.doc, or.xls. Communication containing documents in any other format, including.zip, may be blocked or stripped by the Government's server and may not be received by this office. ADDITIONAL INFORMATION: Be advised that all interested parties must be registered in the System for Award Management (SAM) Database in order to receive payment for products/services rendered to the Government as the result of an award. If you are not registered you may request an application at (334) 206-7828 or though the SAM website at https://www.sam.gov. All payments are to be paid via the Internet through the Wide Area Workflow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF training may be accessed online at http://wawftraining.com. Payment information may be accessed using the DFAS website at https://www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment. The following provisions and clauses apply to this procurement: FAR 52.204-7, System for Award Management FAR 52.204-13, System for Award Management Maintenance FAR 52.211-6, Brand Name or Equal FAR 52.212-1, Instructions to Offerors - Commercial Items FAR 52.212-3 Alt I, Offeror Representations and Certification-Commercial Items (all offerors shall include a completed copy of this provision with their proposal unless electronically filed in System for Award Management) 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. [in paragraphs (b) and (c) the following clauses apply: 52.219-6, 52.219-28, 52.222-3; 52.222-19; 52.222-21, 52.222-26, 52.222-36, 52.223-18, 52.225-13, 52.232-33] FAR 52.219-1, Alt I, Small Business Program Representations FAR 52.232-39, Unenforceability of Unauthorized Obligations DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7005, Representation Relating Compensation of Former DoD Officials DFARS 252.204-7003, Control of Government Personnel Work Product DFARS 252.204-7004 Alt A, System for Award Management DFARS 252.204-7011, Alternative Line Item Structure DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information DFARS 252.223-7008, Prohibition of Hexavalent Chromium DFARS 252.225-7001, Buy American and Balance of Payments Program DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.225-7048, Export-Controlled Items DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7006, Wide Area Workflow Payment Instructions DFARS 252.232-7010, Levies on Contract Payments DFARS 252.243-7001, Pricing of Contract Modification DFARS 252.244-7000, Subcontracts for Commercial Items DFARS 252.247-7023, Transportation of Supplies by Sea The following full text provisions and clauses apply to this procurement: FAR 52.212-2, Evaluation -- Commercial Items. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price and technical capability of the item offered to meet the Government requirement. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998). This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil 5352.201-9101 Ombudsman OMBUDSMAN (APR 2014) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM, AFISRA ombudsmen, or AFNWC Ombudsmen: Ms. Jeannine Kinder AFNWC/PZ E-Mail: jeannine.kinder@us.af.mil Phone: (505) 846-1924 Fax: (505) 846-0122 Mr. Anthony Kaiser AFNWC/PZC E-Mail: anthony.kaiser@us.af.mil Phone: (505) 853-7666 Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU, AFISRA level, or AFNWC level may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/377CONSKOC/F2KBAA4262A001/listing.html)
- Record
- SN03561341-W 20141031/141030002159-8602afb36c44bb86ec24921ab92dd24f (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 |