Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 15, 2015 FBO #5013
SOLICITATION NOTICE

66 -- Single Channel Wireless Communications Research Platform - Instructions To Offerors

Notice Date
8/13/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B130, Gaithersburg, Maryland, 20899-1410, United States
 
ZIP Code
20899-1410
 
Solicitation Number
NB672020-15-02881
 
Archive Date
9/11/2015
 
Point of Contact
Angela L. Hitt, Phone: 3034977305
 
E-Mail Address
angela.hitt@nist.gov
(angela.hitt@nist.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Instructions To Offerors 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; proposals are being requested and a written solicitation will not be issued. This solicitation, NB672020-15-02881, is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83. The associated North American Industrial Classification System (NAICS) code for this procurement is 334515, with a small business size standard of 500 employees. This is a total small business set-aside. It is being issued using the simplified acquisition procedures under the authority of FAR 13.5 Certain Commercial Items. This combined synopsis/solicitation is for the following commercial item(s): CLIN 0001: One (1) Single-Channel Wireless Communications Research Platform CLIN 0002: One (1) Set of Computer Controlled Data Acquisition (e.g., command reference) Documentation Description of requirements for the items to be acquired: National Institute of Standard and Technology's (NIST) Communications Technology Laboratory, RF Technology Division is in the process of expanding its research efforts related to spectrum sharing and software defined radios. This research spans a broad area covering topics associated with distributed spectrum sensing, signal propagation, interference between devices, and evaluating a device's ability to share spectrum. As NIST explores each of these topics, NIST will need a general set of scientific instrumentation that will allow NIST to conduct experiments related to spectrum sharing. One of the keys to efficient sharing of the spectrum is the ability to conduct an in-depth analysis of radiated and conducted communications signals. To conduct this analysis, the ability to design, generate, receive and analyze signals is essential. The ability to generate signals includes utilizing standard protocols (e.g., LTE, Wi-Fi, etc.) and modulations (e.g., QAM, etc.), along with the flexibility to change the payload of the signal. Similar capabilities on the receive side will enable NIST to decode the transmitted signal and analyze it. NIST can also examine the impacts of the environment in which the signal was radiated by comparing the original, transmitted signal with the received signal. NIST envisions this system consisting of two key components: a vector signal generator and a spectrum analyzer capable of vector signal analysis. To maintain maximum flexibility, the signal generator and spectrum analyzer shall be able to operate independently of each other. That is, they shall not be housed in the same enclosure (as to allow them to be at different physical locations), and one shall not require signals from the other (e.g., a trigger signal). Both the signal generator and spectrum analyzer shall have a sufficiently large bandwidth to allow for the generation and analysis of modern broadband communications channel and the environments in which they propagate. This is described in detail in Technical Specifications. In addition to the hardware, software shall be provided that enables generation and measurement of common wireless communications protocols and standards (e.g., LTE, Wi-Fi, etc.). Such software should be installed on the signal generator and spectrum analyzer. This is described in detail in Technical Specifications. The Contractor shall provide all components for one (1) single- channel wireless communications research platform that meets the following minimum technical requirements. The Contractor shall deliver the system, documentation, and warranty it, as described below. TECHNICAL SPECIFICATIONS: 1. The single-channel signal generator shall meet the following requirements: 1.1. The signal generator shall be capable of operating within a minimum frequency range of 100 MHz to 20 GHz. 1.2. The signal generator shall be able to output a CW signal with a power between -120 dBm and +0 dBm, across the entire frequency range. 1.3. The signal generator's RF output port shall have a nominal 50 ohm impedance with a SWR that does not exceed 2.0:1 at any frequency. 1.3.1. The RF port shall have a user-accessible standard Type-N or 3.5 mm coaxial output connector. 1.4. The harmonics of a signal output from the signal generator shall not exceed -20 dB at any frequency (assuming a CW signal of power equal to or less than 10 dBm). 1.5. The measured broadband noise of the signal generator output shall not exceed -140 dBc/Hz (typical) (assuming a CW signal of power equal to or less than 10 dBm). 1.6. The signal generator shall be capable of generating the following signal types: multi-carrier CW, pulse, FM and PM (phase modulation). 1.6.1. Frequency and phase modulated signals shall not have a SSB phase noise that exceeds -130 dBc (typical). 1.6.2. The signal generator shall be capable of producing pulses with a width as small as 150 nS. 1.7. The signal generator shall be equipped with an internal baseband generator that has at least 80 MHz of bandwidth. 1.7.1. The baseband generator shall have an arbitrary waveform function with a signal memory depth of at least 64 million points. 1.8. The signal generator shall be capable of accepting an input I/Q signal from an external device (not specified here), and modulating it with a carrier signal. At a minimum, the signal generator shall be capable of handling an external I/Q signal with a bandwidth of 1 GHz (assuming a carrier frequency of at least 4 GHz). This capability is sometimes referred to as "wideband I/Q input." 1.9. The signal generator (and/or its internal baseband generator) shall be capable of generating the following types of signals: IEEE 802.11a/b/g/n/ac, Bluetooth, GSM/EDGE, and LTE (3GPP releases 9 and 10). 2. The single channel spectrum analyzer shall meet the following requirements: 2.1. The spectrum analyzer shall be capable of receiving and analyzing a signal with a minimum frequency range of 100 MHz to 20 GHz. 2.2. The spectrum analyzer shall have an instantaneous bandwidth (sometimes referred to as "analysis bandwidth") of at least 300 MHz at all carrier frequencies above 1 GHz. 2.2.1. In addition to this, a real-time spectrum analysis capability shall be included. When invoked, this function shall provide at least 160 MHz of real-time analysis bandwidth. 2.2.1.1. To aid in the detection of transient signals, the real-time capability on the spectrum analyzer shall be able to detect signals (with 100 % probability of intercept) that have a duration as low as 3.5 microseconds, assuming the signal is at the mask level. 2.3. The spectrum analyzer's frequency reference shall age not more than +/- 0.5 x10-7/year, and shall be temperature controlled such that is does not drift more than +/- 1x10-9 over the full operating temperature range of the spectrum analyzer. 2.4. To aid in the detection of weak signals, the spectrum analyzer shall have a built-in (i.e. internal) RF preamplifier. With the preamplifier installed and in-use the displayed average noise level shall not exceed -160 dBm at any frequency between 100 MHz and 20 GHz. Displayed average noise level is measured with the input port terminated, 1 Hz RBW, and 0 dB input attenuation. 2.5. To adjust the level of strong incident signals, an internal attenuator shall be included. This attenuator shall be user-adjustable through the analyzer's user interface. The range of the attenuator shall be at least 0-50 dB, and be adjustable in 2 dB steps (or smaller). The attenuator may be mechanical, electronic, or a combination of both. 2.6. The spectrum analyzer shall have the ability (both in terms of hardware and software) to make use of external harmonic mixers for the purpose of receiving high-frequency signals (e.g., 60-90 GHz) and down-converting them for analysis on the spectrum analyzer. 2.7. To facilitate further analysis of signals, the spectrum analyzer shall be equipped with an IF output port. 2.8. The spectrum analyzer shall be equipped with an IQ analyzer. The analog-to-digital converter that digitizes the IQ data shall have a resolution of at least 16 bits. 2.9. The signal generator's RF output port shall have a nominal 50 ohm impedance with a SWR that does not exceed 2.0:1 at any frequency, in any configuration (e.g., pre-amplifier on, electronic attenuator on, etc.). 2.9.1. The RF port shall have a user-accessible standard Type-N or 3.5 mm coaxial RF connector. 2.10. The spectrum analyzer shall come with the appropriate software applications to analyze (including demodulation) the following signals: GSM/EDGE, IEEE 802.11a/b/g/n/ac, LTE FDD (uplink and downlink - including MIMO), LTE TDD, and LTE-A. 2.10.1. Software shall also be included that enables basic vector signal analysis, pulse measurements, and analysis of frequency or amplitude modulated signals. 3. The spectrum analyzer and signal generator shall each be capable of being controlled by a PC for the purpose of data acquisition. The Contractor is not responsible for providing data acquisition hardware. However, the Contractor is responsible for providing documentation outlining how computer controlled data acquisition can be accomplished (e.g., a command reference). 4. Though the signal generator and spectrum analyzer will often be used together, they must be capable of operating independently of each other. That is, the signal generator needs to be fully functional when the spectrum analyzer is not connected in any way. 4.1. Pursuant to this requirement, the spectrum analyzer and signal generator may not be housed in the same physical enclosure. 5. The spectrum analyzer and signal generator shall be capable of being powered from conventional U.S. power outlets (120VAC). Each piece of equipment shall not draw more than 10 amps at any time. 6. All hardware (i.e., spectrum analyzer and signal generator) shall come equipped such that they can be mounted in a conventional 19" equipment rack. 7. The Contractor shall use only new equipment. The use of refurbished or used equipment is not permissible. 8. The Contractor shall include any necessary cables for connecting the system to conventional U.S. power outlets. 9. The Contractor shall include the cost of shipping the completed system to the NIST site in Boulder, CO. Warranty: The Contractor shall provide, at a minimum, a three year warranty for the system. The warranty shall cover all parts, labor, routine calibration services, and return (from the manufacturer to NIST) shipping expenses. The warranty shall commence upon delivery of the system. The calibration services shall include measurement performance verification (with uncertainty estimates), and necessary adjustments to the hardware. The calibration shall be performed by a laboratory that is accredited to ISO 17025. The required delivery is 100 days After Receipt of Order (ARO). FOB Destination for delivery is NIST, 325 Broadway, Boulder, CO 80305. Delivery point of contact will be provided upon award. Shipping shall be included. DELIVERABLES: Description Quantity Due Date Single-channel wireless communication system One (1) system 100 days after award of this requirement. Computer controlled data acquisition (e.g., command reference) documentation One (1) set 100 days after award of this requirement (electronic submission OK) PERFORMANCE REQUIREMENT SUMMARY: Through inspection and basic tests, NIST will verify that all of the performance standards in this statement of work have been met. BASIS OF AWARD: Award shall be made, if at all, to the responsible offeror whose offer conforms to the requirements of the solicitation, representing the best value to the Government considering the Government's evaluation of the following factors: (1) Technical Approach, (2) Relevant Past Performance, and (3) Price. The above evaluation factors are in order of most important (Technical Approach) to least important (Price). All evaluation factors other than price combined are significantly more important than price. The importance of price in the evaluation will increase with the degree of equality among quotations of the non-price factors. Technical Approach: NIST will evaluate the extent to which the offeror's proposal meets the minimum requirements in the specifications, and the extent to which the proposed solution exceeds the specifications in the following areas: Harmonics of a signal output from the signal generator. Broadband noise output from the signal generator. Bandwidth of the signal generator's baseband output (Note: a device external to the signal generator may not be used to achieve this). The duration of the shortest pulse that can be generated by the signal generator (shorter durations are more favorable). The ability to modify the payload of a digital signal created by the single channel system. The size of the arbitrary waveform memory (larger memory is more favorable). The ability of the signal generator to fade (in the communications signal/channel sense) the output signal. Desired fading profiles include: Rayleigh, Rice, lognormal, static path, and moving delay propagation. Fading bandwidths between 80 MHz and 160 MHz are more favorable. The ability of the signal generator to have a user-accessible phase coherent LO output. Note: This output port would provide a signal that is phase coherent with the signal being output from the generator. This signal may be used for synchronizing other instrumentation. The ability of the signal analyzer to detect (with a 100 % probability of intercept) signals that have a very short duration (less than 5 microseconds). The ability of the signal analyzer to accept analog or digital baseband signals. Relevant Past Performance: The Government will evaluate the offeror's past performance information to determine its relevance to the current requirement and the extent to which it demonstrates that the offeror has successfully completed relevant contracts in the past three years. In assessing the offeror's past performance information, the Government will evaluate, as appropriate, successful performance of contract requirements, quality and timeliness of delivery of services, and customer satisfaction. Evaluation of this factor will be based on information contained in the technical portion of the quotation and information provided by references. The Government will evaluate past performance information by contacting appropriate references, including NIST references, if applicable. The Government may also consider information available from sources other than those submitted by the Contractor in its quotation, e.g. Past Performance Information Retrieval System (PPIRS) and any additional reference information the Government obtains on its own. The Government will assign a neutral rating if the Contractor has no relevant past performance information. In this context, "relevant" is defined as project scopes that are similar in type of work (e.g., other single channel RF/communications systems) and complexity (e.g., analysis of digital modulations). The relevant projects shall include the following salient functions: the ability to perform real-time spectrum analysis, generate a digitally modulated signal, and performs these functions on signals above 1 GHz (carrier frequency). Relevant projects shall have been completed in the past 3 years. Price: The proposed price will be evaluated but not scored. The price evaluation will determine whether the proposed prices are fair and reasonable in relation to the solicitation requirements. Proposed prices shall be entirely compatible with the technical quotations. Although price is the least important evaluation factor, it will not be ignored. The degree of importance of the proposed prices will increase with the degree of equality of the quotations in relation to the other factors on which selections is to be based. The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Offerors shall meet the technical approach and relevant past performance. (See attached Instructions To Offerors). FAR 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. (Quotes shall be evaluated in accordance with the criteria shown above). The quoter must have completed the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items. Reps and certs must be uploaded to the System for Award Management at www.sam.gov. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items applies to this acquisition. Commercial Items including subparagraphs: 52.203-6, Restriction on Subcontractor Sales to the Government with Alternate 1 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations 52.219-6, Notice of Total Small Business Aside 52.219-13, Notice of Set Aside of Orders 52.219-8, Utilizing of Small Business Concerns 52.219-14, Limitations on Subcontracting 52.219-28, Post Award Small Business Program Re-representation 52.222-3, Convict Labor 52.222-19, Child Labor - Cooperation With Authorities And Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity for Veterans 52.222-36, Affirmative Action for Workers with Disabilities 52.222-37, Employment Reports for Veterans 52.222-40, Notification of Employee Rights Under the National Labor Relations Act 52.222-50, Combating Trafficking in Persons 52.223-18, Contractor Policy to Ban Text Messaging While Driving 52.225-1, Buy American-Supplies 52.225-5, Trade Agreements 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim The following provisions and clauses are also incorporated by reference into this solicitation: FAR 52.232-13, Notice of Progress Payments FAR 52.232-16, Progress Payments FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors FAR 52.247-34, FOB Destination 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): at http://acquisition.gov/comp/far/index.html and http://www.osec.doc.gov/oam/acquistion_management/policy/default.htm 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://acquisition.gov/comp/far/index.html and http://www.osec.doc.gov/oam/acquistion_management/policy/default.htm CAR 1352.201-70, Contracting Officer's Authority CAR 1352.201-72, Contracting Officer's Representative (COR) CAR 1352.209-73, Compliance with the Laws CAR 1352.209-74, Organizational Conflict of Interest CAR 1352.213-70, Evaluation Utilizing Simplified Acquisition Procedures CAR 1352.215-70, Proposal Preparation CAR 1352.233-70, Agency Protests CAR 1352.233-71, GAO and Court of Federal Claims Protests CAR 1352.246-70, Place of Acceptance (a) The Contracting Officer or the duly authorized representative will accept supplies and services to be provided under this contract. (b) The place of acceptance will be: NIST, 325 Broadway - Shipping and Receiving, Boulder, CO 80305 NIST LOCAL-04 BILLING INSTRUCTIONS (a) NIST prefers electronic Invoice/Voucher submissions and they should be emailed to INVOICE@NIST.GOV. (b) Each Invoice or Voucher submitted shall include the following: (1) Contract Number. (2) Contractor Name and Address. (3) Date of Invoice. (4) Invoice Number. (5) Amount of Invoice and Cumulative Amount Invoiced to-date. (6) Contract Line Item Number (CLIN). (7) Description, Quantity, Unit of Measure, Unit Price, and Extended Price of Supplies/Services Delivered. (8) Prompt Payment Discount Terms, if Offered. (9) Any other information or documentation required by the contract. (c) In the event electronic submissions are not used, The Contractor shall submit an original invoice or voucher in accordance with the payment provisions of this contract to: NIST: Accounts Payable Office 100 Bureau Drive, Mail Stop 1621 Gaithersburg, MD 20899-1621 NIST LOCAL-39 Marking/Packing Instructions If the total contract/order includes multiple quantities of the same or like item(s), segregated as separate CLIN/Item numbers, deliverables shall be packed accordingly. Each individual package/container in the shipment shall include deliverables on a per-CLIN or Item basis. For each shipment made under this contract/order, the Contractor shall furnish itemized packing list(s), enumerating the specific contents of each shipping container and what specific individual components constitute a full and complete "unit" for each bid item. The packing list shall include the brief description of each item found in the schedule. If more than one container is required for each unit, each container should be marked accordingly, e.g., "Box 1 of 2," "Box 2 of 2" and the boxes, where feasible, should be taped or shrink-wrapped together as an issuable unit. The contract number and CONTRACT LINE ITEM NUMBER (CLIN) OR ORDER ITEM NUMBER shall be placed on the exterior of all containers. The Contractor shall submit a Quote, to be received no later than 4 p.m. Mountain Time, Thursday, August 27, 2015, and must include the following: Company name, address, phone numbers, DUNS number, itemized quote including all minimum specifications. Quotes shall be delivered via email to angela.hitt@nist.gov. Please direct any questions regarding this solicitation to Angela Hitt at angela.hitt@nist.gov no later than 11:00 a.m. Mountain Time, Thursday, August 20, 2015.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/NB672020-15-02881/listing.html)
 
Place of Performance
Address: U.S. Department of Commerce, National Institute of Standards and Technology (NIST), Acquisitions Management Division, 325 Broadway, Boulder, Colorado, 80305, United States
Zip Code: 80305
 
Record
SN03836982-W 20150815/150813235056-66950aa54e502d8c12d5dd3b7f6aa56f (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.