SOLICITATION NOTICE
66 -- High Dynamic Range VNA - RFQ NB672050-17-03923
- Notice Date
- 6/26/2017
- 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
- NB672050-17-03923
- Archive Date
- 7/21/2017
- Point of Contact
- Aron Krischel, Phone: 3034973032
- E-Mail Address
-
aron.krischel@nist.gov
(aron.krischel@nist.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- NIST RFQ NB672050-17-03923, High Dynamic Range Vector Network Analyzer Solicitation NB672050-17-03923 This is a combined synopsis/solicitation for commercial items conducted in accordance with FAR Part 13, Simplified Acquisition Procedures, as supplemented with additional information included in this notice and the accompanying attachments. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This combined synopsis/solicitation is being issued as a request for quotation (RFQ) # NB672050-17-03923. The Contracting Officer will not use nor shall this solicitation be subject to the formal source selection procedures described in FAR part 15. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-94-1. Attached below is the Specifications describing the requirements for solicitation NB672050-17-03923 for High Dynamic Range Vector Network Analyzer. Please submit a firm fixed price quote for this item/items that meet the attached specifications. All shipping and handling charges should be included in the firm fixed price. Delivery and Inspection & Acceptance: Destination. This Request for Quotation (RFQ) is conducted under the authority of FAR 13, Simplified Acquisition Procedures, with NAICS code 334516, Analytical Laboratory Instrument Manufacturing, and small business size standard of 1000 employees. This is a total small business set aside. All communications and documents must include the solicitation # NB672050-17-03923. Please email your quote to aron.krischel@nist.gov. (complete unit and total price below no later than July 6, 2017, 2:00 PM Mountain Time ). Please direct any questions regarding this solicitation to Aron Krischel, Contracting Officer, at aron.krischel@nist.gov no later than June 30, 2017 at 10:00 am. Your quote must meet all the requirements of FAR 52.212-1, as well as include the following information: · Information sufficient to demonstrate you can meet or exceed the requirements in the Specifications. · Firm fixed price quote for the High Dynamic Range Vector Network Analyzer · Payment Terms: Net 30. · The requested delivery is 60 days ARO. Early delivery is acceptable. · Inspection and Acceptance at Destination · FOB Destination including delivery cost for delivery to NIST, 325 Broadway, Boulder, CO 80305. Delivery point of contact will be provided upon award. · Provided Company DUNS No. To be eligible for this award, the offeror must have and maintain an active registration at the System for Award Management at www.sam.gov., and have completed Representations and Certifications therein. BASIS OF AWARD: Award shall be made to the vendor with the lowest priced technically acceptable (LPTA) quote, based upon the technical specifications as detailed within the attached Specifications. This will be a firm fixed price (FFP) purchase order. The Government intends to evaluate quotations and issue a purchase order based on the initial quotations received. Therefore, the quoter’s initial quotation should contain the quoter’s best terms from a price and technical standpoint. The Government reserves the right to request revised quotations from, or negotiate final purchase order terms with, one or more, but not all, quoters if later determined by the Contracting Officer to be necessary. However, the Contracting Officer will not establish a competitive range, conduct discussions, or otherwise use the procedures described at FAR 15.306. The Government may reject any or all quotations if such action is in the public interest; and issue a purchase order to other than the quoter with the lowest priced quotation. TECHNICAL CAPABILITY: Evaluation of Technical Capability will be based on the information provided in the quotation. Documentation submitted in the quotation shall be evaluated to determine that the proposed equipment meets or exceeds the Governments minimum required specifications (FAR 6.302-1). Failure to clearly and unambiguously demonstrate this will result in an “unacceptable” technical rating. PRICE: Price shall be evaluated for reasonableness. The provision at FAR 52.212-1, Instructions to Offerors—Commercial, applies to this acquisition. Offerors shall meet the technical specifications deliverable schedule. FAR 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. (Quotes shall be evaluated in accordance with the criteria shown above). The vendor 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. To be eligible for this award, the vendor must be registered with the System for Award Management at www.sam.gov., and have completed the Representations and Certifications therein for the specified NAICS code, or submit separate Representations and Certifications if the specified NAICS code is not listed in their SAM registration. 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. Additional FAR 52.212-5 clauses cited in the clause applicable to this acquisition are: 52.219-6, Notice of Total Small Business Aside 52.219-28, Post Award Small Business Program 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 52.222-36, Equal Opportunity for Workers with Disabilities 52.222-50, Combating Trafficking in Persons 52.223-18, Contractor Policy to Ban Text Messaging While Driving 52.225-1, Buy American-Supplies 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer 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 52.225-18 – Place of Manufacture FAR 52.232-15, Progress Payments Not Included CAR 1352.213-70, Evaluation Using Simplified Acquisition Procedures CAR 1352.233-70, Agency Protests CAR 1352.233-71, GAO and Court of Federal Claims Protests 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 FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors. FAR 52.247-34, FOB Destination CAR 1352.201-70, Contracting Officer’s Authority CAR 1352.209-73, Compliance with the Laws CAR 1352.209-74, Organizational Conflict of Interest 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 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 (1) 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. (2) 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. (3) The contract number AND CONTRACT LINE ITEM NUMBER (CLIN) OR ORDER ITEM NUMBER shall be placed on the exterior of all containers. If you have questions, please contact Aron Krischel at aron.krischelmichael.fredericks@nist.gov. SPECIFICATIONS NB672050-17-03923 Measurement Suite Based On High Dynamic Range Vector Network Analyzer I. BACKGROUND INFORMATION The Communications Technology Laboratory (CTL), Radio Frequency Technology (RFT) Division, is in the process of expanding its research efforts related to spectrum sharing. This research spans a broad area covering topics associated with distributed spectrum sensing, signal propagation, interference between devices and networks, and evaluating a device’s ability to share spectrum. To support this research effort, novel test methodologies are being developed that require characterization of complex RF signaling chains and system level components. In addition, as adjacent band interference becomes more prevalent, system designers are developing mitigation techniques with very high rejection capabilities. To evaluate these types of approaches and inform industry on their measurement methodologies, it is mission critical to test implementations with an extremely high dynamic range vector network analyzer. This capability will greatly expand the current laboratory infrastructure and address current research challenges as well as future needs. II. REQUIRED ITEMS The Contractor shall provide an extremely high dynamic range vector network analyzer instrument system consisting of one (1) 4-port vector network analyzer (VNA) with extended dynamic range per the specifications outlined below; one (1) electronic calibration unit; two (2) test-port cables; two (2) power sensors that are compatible and supported within the VNA’s software; and additional components the Contractor deems necessary to make the instrument system fully functional and operational. Moreover, the Contractor shall provide warranty and calibration services as outlined below. III. SPECIFICATIONS The Contractor shall provide the instrument system described above that meets the following minimum technical requirements. 1. The VNA should have the following technical characteristic: 1.1. 4 port network analysis capabilities 1.2. N-type female test-port connectors 1.3. Frequency range coverage from 10 MHz to 8.5 GHz (minimum) 1.4. Second internal generator 1.5. Precision oven quartz frequency reference with aging per year specification of ±1x10 -7. 1.6. Specified power range from -83 dBm or lower to +5 dBm or higher throughout the instrument frequency range 1.7. The VNA’s dynamic range shall be specified as greater or equal to 140 dB (typical) over a minimum range of 3.2 GHz to 6.5 GHz. Here the dynamic range is measured as the difference between maximum source output power and the test port RMS noise floor. Furthermore, the specification shall apply at the 10 Hz IF bandwidth. 1 1.8. The VNA shall have hardware and software needs to be able to control external generators. 1.9. The VNA shall be able to operate on United States standard 120 Volts at 60 Hz. 1.10. The VNA instrumentation hardware shall be shipped with a rackmount kit. 1.11. The instrumentation package shall also include two (2) flexible precision N-type cables (commonly referred to as “test-port cables”). 1.11.1. These cables shall have a nominal impedance of 50 Ohm, 1.11.2. be terminated in N-type male connectors, 1.11.3. be between 23 and 42 inches in length, 1.11.4. a frequency range from DC to 12.4 GHz or higher, 1.11.5. VSWR of less than 1.3, 1.11.6. a transmission loss of no greater than 2 dB over the frequency span. 2. The VNA shall have the software capabilities and fixed perpetual licenses that will enable the following characteristics: 2.1. 64 bit operating system 2.2. S-parameter measurements 2.3. Time domain analysis 2.4. Facilitate mixer and frequency converting measurements 2.5. Facilitate intermodulation measurements 2.6. Ability to utilize 10 MHz receiver bandwidth 3. The one (1) electronic calibration unit shall be specified to the following technical characteristics: 3.1. The unit shall operate over USB interface 3.2. The unit shall be compatible with the above mentioned VNA and directly supported in the VNA’s calibration procedure. 3.3. The unit shall be useable over a frequency range of 100kHz to 8.5 GHz. 3.4. The unit shall have 4 ports. 3.5. Three (3) ports shall be configured with N-type female connectors and one (1) port shall be configured with an N-type male connector. 4. The one (1) USB power sensor shall be specified to the following technical characteristics 4.1. Covering a frequency range of sub 1 GHz to greater than 18 GHz, but not to exceed 33 GHz 4.2. Power measurement range of -60 dBm or lower to +20 dBm or higher 4.3. Impedance match (SWR) of less than 1.35 4.4. Compatibility with VNA’s onboard calibration suite 4.5. Average power measurements for use with 3GPP & LTE wireless signals 4.6. USB cable for the power meter, 3 meters in length 4.7. Software licenses (if needed) to operate with the VNA’s onboard calibration suite or in stand-alone mode 5. The one (1) USB power sensor shall be specified to the following technical characteristics 5.1. Covering frequency range of 10 MHz to 8 GHz (minimum) 5.2. Power measurement range of -70 dBm to +23 dBm or higher 5.3. Impedance match (SWR) of less than 1.20 5.4. Compatibility with VNA’s onboard calibration suite 5.5. Average power measurements for use with LTE wireless signals 5.6. USB cable for the power meter, 3 meters in length. 5.7. Software licenses (if needed) to operate with the VNA’s onboard calibration suite or in stand-alone mode. Software licenses should be perpetual in nature and not have an expiration date. 6. All hardware will be installed indoors. The hardware provided by the contractor need not be designed for outdoor installation/use. 7. Only new equipment may be used to fulfill these requirements. The use of used and/or refurbished equipment is not acceptable. 8. The Contractor shall be an original equipment manufacturer or an authorized distributor thereof. Only genuine, new hardware is acceptable. IV WARRANTY The Contractor shall provide, at a minimum, a 5-year hardware warranty and manufacturer calibration services containing coverage equivalent to five (5) years with the appropriate number of services as per the recommended calibration interval. The hardware will be shipped to the manufacturer’s location for all repairs and calibrations. This warranty and calibration service covers the VNA, the calibration kit, and the power sensors. V. DELIVERY Sixty (60) days after receipt of order (ARO). The items shall be delivered to the NIST location in Boulder, CO. VI. DELIVERABLES Description Quantity Due Date High Dynamic Range, VNA 4-port unit One (1) 60 days ARO Electronic Calibration Unit with cabling One (1) 60 days ARO Flexible precision N-type cables Two (2) 60 days ARO Power Sensor for up to 8 GHz One (1) 60 days ARO Power Sensor for up to 33 GHz One (1) 60 days ARO VII. PERFORMANCE REQUIREMENT SUMMARY NIST will verify the items meet the performance requirements listed above prior to acceptance.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/NB672050-17-03923/listing.html)
- Place of Performance
- Address: Contractor's facility, United States
- Record
- SN04558280-W 20170628/170626235450-e1fc53be4c2474c7cef2396af9c9ac33 (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 |