SOLICITATION NOTICE
66 -- Millimeter-Wave Vector Network Analyzer, Anritsu ME7808A-14 or equivalent
- Notice Date
- 2/2/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- 53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
- ZIP Code
- 92152-5001
- Solicitation Number
- N66001-15-T-7118
- Response Due
- 2/9/2015
- Archive Date
- 3/11/2015
- Point of Contact
- Point of Contact - DANILO B IBARRA, Contract Specialist, 619-553-1154; Cynthia M Horriat, Contracting Officer, 619-553-3755
- E-Mail Address
-
Contract Specialist
(danilo.ibarra@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a SSC Pacific combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. This announcement constitutes the only solicitation. Competitive quotes are being requested under N66001-15-T-7118. This requirement is set-aside for small business, NAICS code is 334515 and business size standard is 500 employees. 1. Millimeter-Wave Vector Network Analyzer, Anritsu ME7808A-14 or equivalent; Vector network analyzer is required to work natively (without frequency extension modules) from 40 MHz 20 GHz using coaxial interface. Vector network analyzer is required to work natively (without frequency extension modules) with a time-domain option. Vector network analyzer is required to work from 65 110 GHz utilizing frequency extension T/R (transmission reception) modules using a WR-10 waveguide interface. Frequency extension modules require an adjustable attenuator on each module. Frequency extension modules are required to source +5 dBm from 75 100 GHz, and +2 dBm from 100 110 GHz. Frequency extension modules are required to have a dynamic range of >95 dB. Vector network analyzer requires multiple rack mounts. Vector network analyzer requires a console mount. Vector network analyzer requires a broadband test set in order to measure complex S-parameters (scattering parameters). Vector network analyzer requires a WR-12 waveguide calibration kit. Refurbished/Used equipment is acceptable but requires a 90 day warranty. Vector network analyzer requires built in table-top for frequency extension modules. QTY: 1 Each 2. Millimeter-Wave Signal Generator, Anritsu 68197B-02-11-16-18-19-SM5462 or Equivalent. Signal generator is required to operate from 10 MHz 65 GHz. Signal generator is required to have the following characteristics; I. Step attenuator (10 dB/step). ii. 0.1 Hz frequency resolution. iii. High stability time base (ovenized 10 MHz crystal oscillator). iv. MM-wave bias (reverse panel bias output to drive 54000-XX WRXX multiplier). v. SCPI programmability adds GPIB command mnemonics complying with Standard Commands for Programmable Instruments (SCPI). vi. Requires 1.1 dB flatness from 50 60 GHz for 0 25 dB of attenuation, 3.1 dB flatness from 50 60 GHz for 25 60 dB of attenuation. vii. Requires 1.2 dB flatness from 40 - 50 GHz for 0 60 dB. viii. +17 dBm maximum power, -125 dBm minimum power. ix. Requires AM, FM, Phase, and Pulse modulations. Refurbished/Used equipment is acceptable but requires a 90 day warranty. QTY: 1 Each 3. Millimeter-Wave Signal Source Module, OML S10MS or Equivalent. Signal source module requires WR-10 waveguide interface. Requires frequency operation from 75 110 GHz. Requires interface with this orders 65 ghz signal generator. Requires high output power of +7 dBm from 75 110 GHz. Module requires phase noise adherence to 20 log (n) degradation. Module requires input power level of +10 dBm 1.5 dB from 12.5 18.4 GHz utilizing a SMA (female) coaxial interface. Module requires height control. Typical in-band mixing products are required to be -15 dBc in the lower 10% of the waveguide band. Test port flange must be compatible with MIL-DTL-3922/67D (UG387/U-M). Refurbished/Used equipment is acceptable but requires a 90 day warranty. QTY: 1 Each 4. Unique Identification Label / Tag cost. QTY: 1 Lot Basis for award: The government anticipates awarding a firm-fixed price purchase order on the lowest priced technically acceptable quote. This solicitation document incorporates provisions and clauses in effect Current to FAC 2005-78, Effective 26 Dec 2014 and DFARS Current to DPN 20150129 (Effective 29 Jan 2015) Edition. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses can be accessed in full text at http://farsite.hill.af.mil. Current FAR & DFAR. The provision at 52.212-1, Instructions to Offerors Commercial and 52.212-4, Contract Terms and Conditions Commercial Items, incorporated by reference, applies to this acquisition. FAR Clause 52.212-3, Offeror Representations and Certifications -- Commercial Items and DFAR S 252.212-7000 Offeror Representations and Certifications. Current FAR & DFAR. FAR Clause 52.212-5-Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items applies to acquisition and includes 52.222-50, Combating Trafficking in Persons (22 U.S.C. 7104(g)), 52.233-3, Protest After Award (31 U.S.C. 3553), 52.233-4, Applicable Law for Breach of Contract Claim (Pub. L. 108-77, 108- 78), 52.222-3, Convict LaborE.O. 11755), 52.222-19, Child LaborCooperation with Authorities and Remedies (E.O. 13126), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity(E.O. 11246), 52.225-13, Restrictions on Certain Foreign Purchases (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury), 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration (31 U.S.C. 3332), 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Dec 2010) (31 U.S.C. 6101 note), 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). 52.214-3, Amendments to Invitations for Bids, 52.214-4, False Statements and Bids, 52.214-5, Submission of Bids, 52.214-6, Explanation to Prospective Bidders, 52.214-7, Late Submissions, Modifications, and Withdrawls of Bids. DFARS Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items and DFARS Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items Deviation apply to this acquisition and includes 52.203-3, Gratuities (10 U.S.C. 2207), 252.225-7001, Buy American Act and Balance of Payments Program (41 U.S.C. 10a-10d, E.O. 10582), 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (10 U.S.C. 2227). All responding vendors must be registered to the System for Award Management (SAM) website prior to award of contract. Information can be found at https://www.sam.gov. Complete SAM registration means a registered DUNS and CAGE Code numbers. DFARS Clause 252-204-7001, Commercial and Government Entity (CAGE) Code Reporting, 52.204-6, Data Universal Numbering System (DUNS). This RFQ closes on February 9, 2015 at 10:00 AM, Pacific Daylight Time (PDT). Quotes must be uploaded on the SPAWAR e-commerce website at https://e- commerce.sscno.nmci.navy.mil, under SSC Pacific/Simplified Acquisitions/N66001-15-T-7118. The point of contact for this solicitation is Danilo Ibarra at danilo.ibarra@navy.mil. Please include RFQ N66001-15-T-7118 on all inquiries. All responding vendors must be registered to the Central Contractor Registration (CCR) and ORCA prior to award of contract. Information can be found at https://www.sam.gov/.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/030d73537712029cbe392e0e2fd8459b)
- Record
- SN03630209-W 20150204/150202234311-030d73537712029cbe392e0e2fd8459b (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 |