Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 27, 2023 SAM #7851
SOLICITATION NOTICE

66 -- RF Test Kits

Notice Date
5/25/2023 6:36:09 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
NSWC DAHLGREN DAHLGREN VA 22448-5154 USA
 
ZIP Code
22448-5154
 
Solicitation Number
N0017823Q6794
 
Response Due
6/6/2023 9:00:00 AM
 
Archive Date
06/21/2023
 
Point of Contact
Jessica Gallagher, Phone: 5407424098
 
E-Mail Address
jessica.b.gallagher2.civ@us.navy.mil
(jessica.b.gallagher2.civ@us.navy.mil)
 
Description
COMBINED SYNOPSIS/SOLICITATION #:��� N0017823Q6794 Submitted by: Jessica Gallagher NAICS Code:� 334515 FSC Code:� 6625 Anticipated Date to be published in SAM.gov: 25 May 2023 � Anticipated Closing Date: 06 June 2023 Contracts POC Name: Jessica Gallagher Telephone#:� 540-742-4098 Email Address:� Jessica.b.gallagher2.civ@us.navy.mil Code and Description:� 66 - Electrical And Electronic Properties Measuring And Testing Instruments 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.��� Synopsis/Solicitation N0017823Q6794 is issued as a Request for Quotation (RFQ).� The synopsis/solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Regulation as indicated in the attached SF18.� The SF18 form is being utilized to generate the applicable clauses from the Standard Procurement System.� This requirement is not eligible for small business set-aside. The Naval Surface Warfare Center, Dahlgren Division (NSWCDD), intends to procure on a Brand Name or Equal basis for Bird Electronics Corporations manufactured products. NSWCDD has identified a requirement to test in the field RF integrity and the ability to locate the interference in support of the warfighter. The testing kit must contain an antenna analyzer with frequency range from one (1) megahertz (MHz) to six (6) gigahertz (GHz) and contain a spectrum analyzer with frequency range from nine (9) kilohertz (kHz) to six (6) gigahertz (GHz) and both units be handheld. This requirement provides enough frequency range to meet all analysis requirements to interference detection and the mobility necessary in the field. Another requirement is mapping technology from OpenStreetMap and Angle of Arrival (AoA) capability to triangulate the source of issue increasing the Government�s ability to fix issue more efficiently. Other capabilities required to meet analysis requirements include voltage standing wave ratio (VSWR), return loss, cable loss, distance-to-fault, predefined measurements for channel power, adjacent channel leakage ratio, phase noise, field strength, and demodulation capabilities for spectrum analysis. Other equipment required for kit inclusion include a 1.3 GHz wideband power sensor, 25-watt (W) termination, calibration combination, and an adapter kit to meet situational testing environments. In addition, a hard custom carry case for protection of equipment when traveling and in hostile field environments. Online market research found Bird Electronics SiteHawk Master RF testing kit as the only viable system meeting all necessary functions, mobility and analysis capability. Dahlgren personnel have an understanding of the SiteHawk equipment having previously been trained and utilized the system. This decreases training cost and time prior to utilization of the equipment and delays occurring while training for test analysis in the field. Any attempt to replicate this hardware in-house would result in a substantial duplication of costs and an additional nine (9) months for research, development, certification and testing. This does not take into account the lack of proprietary knowledge by the Government for this technology and possible failure to replicate. Please include shipping/freight cost to Dahlgren, VA 22448-5114. Simplified Acquisition Procedures (SAP) will be utilized for award in accordance with FAR Part 13.� The order shall be firm fixed price.�� All responsible offerors must submit, with its offer, the representation required in paragraph (c) of FAR solicitation provision 52.212-3. Offerors must complete the following representations when the resulting contract is for supplies to be delivered or services to be performed in the United States or its outlying areas, or when the contracting officer has applied FAR Part 19. All offerors may submit a capability statement, proposal, or quotation which shall be considered by the agency.� The completion and submission to the Government of an offer shall indicate the Offeror�s unconditional agreement to the terms and conditions in this solicitation. Offers may be rejected if an exception to the terms or conditions set forth in this solicitation is taken. At time of proposal submission please submit any historical data as well as published pricing.� Quotes will only be accepted from authorized re-sellers who have provided a Letter of Authorization.� Award will be made based on Lowest Price Technically Acceptable. In order to be eligible for award, firms must be registered in the System for Award Management (SAM).� Offerors may obtain information on registration in SAM by calling 866-606-8220, or via the Internet at https://www.sam.gov. Quote is due 06 June 2023, no later than 12:00 p.m. EST with an anticipated award date by 06 July 2023.� Questions and responses regarding this synopsis/solicitation may be submitted by e-mail to jessica.b.gallagher2.civ@us.navy.mil prior to the RFQ closing.� Email should reference Synopsis/Solicitation Number N0017823Q6794 in the subject line. Attachments � -SF18: Request for Quotations -Requirements List
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ddc5e8ec63c04bd59a0a2206e875c74b/view)
 
Place of Performance
Address: Dahlgren, VA 22448, USA
Zip Code: 22448
Country: USA
 
Record
SN06695300-F 20230527/230525230117 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.