SOLICITATION NOTICE
66 -- RF CW SYNTHESIZERS
- Notice Date
- 10/7/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- N00164 300 Highway 361, Building 64 Crane, IN
- ZIP Code
- 00000
- Solicitation Number
- N0016403R8902
- Archive Date
- 12/18/2002
- Point of Contact
- MS. DEBORAH FRICK 812-854-3707
- E-Mail Address
-
Email your questions to to reach Point of Contact
(frick_d@crane.navy.mil)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. Solicitation Number N00164-02-R-8924 is hereby issued as a request for Proposal (RFP). Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2002-08 as well as DCN 20020426. The North American Industry Classification System (NAICS) Code for this procurement is 334515 and the size standard is 500 employees. This requirement is for the following: CLIN 0001, RF CW Synthesizers with 6737 Emulation Software, Anritsu Part Number MG3692AAF or Wiltron Part Number 6737B-20-1, brand name or equal. The synthesizers must have 100% compatibil ity with Wiltron 6737B-20 programming language commands and equivalent hardware capability. Quantity of 14 each; CLIN 0002--Option 1: Same as CLIN 0001. Quantity of 1 each; CLIN 0003--Option 2: Same as CLIN 0001. Quantity of 1 each; CLIN 0004--Option 3: Same as CLIN 0001. Quantity of 2 each; CLIN 0005--Option 4: Same as CLIN 0001. Quantity of 4 each; CLIN 0006--Option 5: Same as CLIN 0001. Quantity of 5 each. To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must-(1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by brand name, if any, and make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contract ing Officer; (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification and (5) Provide a sample for testing of any "or equal" offered. The sample must be submitted at least 20 days prior to the closing of the solicitation. The sample will be returned to the offeror at his expense and a copy of the test results will be provided to the offeror. The "or equal" RF CW Synthesizers with 6737 Emulation Software must comply with the following SALIENT CHARACTERISTICS: 1. The item must have 100% compatibility with Wiltron 6737B-20 IEEE-488 (GPIB) programming language commands and equivalent hardware capability. 2. Unit must have programmable frequency agility so that under GPIB control, up to 512 non-sequential frequencies can be stored and then add ressed as a phase-locked step sweep. The switching time (for any step size) must be <15 ms typical/25 ms maximum and be within 1 kHz. 3. Unit shall be capable of producing RF over a frequency range of 2 ? 20 GHz in a minimum of 1 KHz resolution. 4. Output power setting shall be variable, but must have availability of greater than 20 mW leveled RF power at all frequencies. 5. RF output connector shall be Type N female. 6. Unit shall be capable of CW operation as well as AM, FM, and pulse modulation. All modulation modes can be applied simultaneously. 7. Unit must be capable of Analog and/or Step Sweep mode operation to provide an accurate, repeatable continuous sweep. Flatness and accuracy must be within ? 1.0 db across the frequency band swept. 8. Unit must be capable of being slaved to Wiltron 560A scalar network analyzer and operate appropriately. 9. Unit must have a 10MHz Reference output on the rear panel with a BNC connection with the following electrical specifications: 2 V-p-p into 50Ω, AC coupled, and 50Ω impedance. 10. Unit must have a High Resolution Input that accepts 20-32, 1 MHz external synthesizer signal to improve resolution to equal that of external instrument. Connection is a rear panel BNC with a 50Ω impedance and requires 0 dBm input level. 11. Remote Operation: All front-panel functions except line power and GPIB address are programmable via GPIB (IEEE-488). Additional programmable commands include: Front-Panel Settings, Stored Setups, Error/Malfunction Messages, Operational Status, and Self-Test Diagnostics. Self-test is performed when power is applied or SELF TEST key is pressed. If an error is detected, a diagnostic code appears, identifying the cause and location of the error and that error is retrievable via the IEEE-488 bus. 12. The Spectral Purity of this unit must meet or exceed the following requirements: Spurious Signals Subharmonics: None Harmonics: 0.01 to 2.0 GHz: -40 dBc (-30 dBc for 6709B-40, 6717B-20, 6722B-40, and 6747B-20) >2.0 to <40 GHz; -60 dBc Harmonically Related: 26.5 to 28 GHz: -20 dBc >28 to <40 GHz: -40 dBc Nonharmonics: -60 dBc, typically ?70 dBc -50 dBc <2 GHz for 20 mW and 40 mW models) 13. RF On/Off Between Frequency Steps must be a settable/selectable feature so that RF On or Off during frequency switching in CW Mode or Step Sweep Mode. 14. Retrace RF On/Off Capability must be settable feature to allow RF to be present or absent during retrace in Analog or Step Sweep mode. 15. The IEEE-488 programming features of this unit must meet or exceed the following requirements: Instrument Status (IEEE-488) GPIB Indi cators: LED lights indicate the following conditions: Remote: Operating on GPIB Talk: Talking on GPIB Listen: Listening on GPIB SRQ: Sending a service request Local Lockout: Disables the RETURN TO LOCAL pushbutton. Instrument can be placed in local mode only via GPIB. GPIB Speed: 15K bytes/s GPIB Address: Selectable from front panel. IEEE-488 Interface Functions: Source:SH1 Talker: T6 Service Request: SR1 Parallel Poll: PP1 Device Trigger: DT1 Acceptor Handshake: AH1 Listener: L4 Remote Local: RL1 Device Clear: DC1 Delivery is required F.o.B. Destination at NAVSURFWARCENDIV, Crane IN 47522. Delivery of CLIN 0001, is required no later than 60 days after award. Accelerated deliveries at no additional charge will be allowed. Final inspection will be at NAVSURFWARCENDIV, Crane within 30 days of the receipt of the i tem. Selection for award will be based on price, length of warranty and past performance. Sufficient information must be submitted with the offer to allow the Government to conduct a reasonable evaluation. Each offeror is required to submit a list of up to five of its most recent contracts within the past three years, either completed or on-going, for the same/similar products or services. Offerors are authorized to provide information relative to any problems encountered on the identified contracts and any corrective actions taken by the offeror. The Contracting Officer will evaluate the offeror's past performance and price based upon the information furnished by the offeror and/or other information obtained by the Contracting Officer. The Contracting Officer is not responsible for locating or securing any information not furnished with the offer. The Contracting Officer may, however, utilize all available information, including information not provided by the offeror, in the past performance evaluation. The Government reserves the right to review less than all information submitted, and to only analyze sufficient information to make a reasonable determination of each offeror?s past performance rating. Since the Government desires a three-year warranty, the Government will evaluate a warranty of less than three years by adding to the offered unit price $500, for each six month period less than three years that is offered for the warranty. The Government reserves the right to award to other than the lowest priced offer. Multiple awards may be made. Offers that are non-compliant with any material requirement of this solicitation may be rejected without further consideration for award. This will be a firm fixed price contract and will be awarded ut ilizing Simplified Acquisition Procedures. Clauses/provisions: 52.211-6; 52.211-14 (DO X /DX); 52.211-15; 52.212-1; 52.212-3 Alt 1 [FILL-IN] (NOTE: paragraph (b) of 52.212-3 is not applicable); NOTE: This provision MUST be filled out completely and submitted with the offer. 52.212-4 (tailor 52.212-4 by adding the following statement to paragraph (a):The Government has 30 days after the receipt of the items to inspect, test and accept the items. Add to 52.212-4(o). Warranty: The contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale. The Government desires a three-year warranty, but may accept any warranty equal to or greater than 6 months. Acceptance of the standard commercial warranty does not waive the Government's rights under the "Inspection" clause nor does it limit the Government's r ights with regard to the other terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the standard commercial warranty. The standard commercial warranty period shall begin upon final acceptance of the applicable material and/or services listed in the Schedule. The contractor shall provide a copy of its standard commercial warranty with its offer. The warranty covers a period of \ \ months. (Offeror is to insert number of months and provide a copy of their standard commercial warranty.) Also, add the following paragraph (t) Contractor Performance Reports. The Government may evaluate the performance of the contractor awarded the contract resulting from this solicitation, in accordance with FAR 42.1500. The following performance rating factors will be utilized: Quality, Cost Control, Timelines s of Performance, Business Relations, Customer Satisfaction.) 52-212-5 (incorporating 52.219-4; 52.219-8; 52.222-19; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.225-13; 52.232-33; 52.232-36); 52.215-05 (Fax Number: 812-854-1841); 52.219-6; 52.242-15; 52.247-34; 252.204-7004; 252.212-7000; 252.212-7001 (incorporating 52.203-3; 252.225-7001; 252.225-7012; 252.227-7015; 252.227-7037; 252.243-7002; 252.247-7023). The offeror shall provide its Commercial and Government Entity (CAGE) Code, Contractor Establishment Code and Tax Identification Number. The Contractor shall include, as a minimum, the following information on each invoice: (1) Name and address of the Contractor; (2) Invoice number and date and shall be marked ?Original Invoice?; (3) Contract number, contract line item number and, if applicable, the order number; (4) Description, quantity, unit of measure, unit price and extended price of the items delivered or services performed and an invoice total; (5) Shipping number and date of shipment including the bill of lading number and weight of shipment if shipped on Government bill of lading; (6) Terms of any prompt payment discount offered; (7) Name and address of official to whom payment is to be sent; and (8) Name, title, and phone number of person to be notified in event of defective invoice. Invoices will be handled in accordance with the Prompt Payment Act (31 U.S.C. 3903) and Office of Management and Budget (OMB) Circular A-125, Prompt Payment. Contractors are encouraged to assign an identification number to each invoice. MAIL INVOICES TO: Vendor Pay, Code 0562, Bldg 3173, NAVSURFWARCENDIV, 300 Highway 361, Crane IN 47522-5002. PAYMENT STATUS INQUIRIES--Status of invoice payments can be obtained from the following web site: www.dfas.mil/money/vendor If the payment is being made by DFAS?Columbus use the MOCAS Vendor Pay Inquiry System (VPIS) site listed on the above web site. It is recommended that the vendor download the ?MOCAS VPIS Help Guide? and ?Reason and Remark Code Document?. You must then register by clicking on ?User Registration? under the subheading ?MOCAS Vendor Pay Inquiry System? before payment inquiries can be made. If payment is being made by other than DFAS-Columbus, status of invoice payment can be obtained through the Non-MOCAS System by cage code, contract number or DUNS number at the above listed web site. To determine which system to use see the following blocks of your contract document for payment offices designation: SF 26 Award/Contract?Blk 12; SF 33 Award/Contract?Blk 25; SF 1449 Solicitation/Contract/Order for Commercial Items?Blk 18a; DD1155 Order for Sup plies or Services?Blk 15. Addendum to 52.212-4: OPTION FOR INCREASED QUANTITY--SEPARATELY PRICED LINE ITEM The Government may require the delivery of the numbered line item(s)/subline item(s), identified in the Schedule as an option item(s), in the quantity and at the price(s) stated in the Schedule. If more than one option exists, each option is independent of any other option, and the Government has the right to unilaterally exercise any such option, in whole or in part up to the total quantity specified in the option item, whether or not it has exercised other options. Option(s) shall be exercised, if at all, by written or telegraphic notice(s) signed by the Contracting Officer and sent within the time(s) specified below: ITEM(S) LATEST OPTION EXERCISE DATE CLIN 0002, Option 1 90 days after contract award CLIN 0003, Option 2: 120 days after contract award CLIN 0004, Option 3: 90 days after contract award CLIN 0005, Option 4: 180 days after contract award CLIN 0006, Option 5: 270 days after contract award ADDITIONAL MARKING INSTRUCTIONS-In addition to any other marking instructions in this order, it is essential that all packages be accompanied by packing slips (preferably a DD 250) and all packing slips be located on the outside of the box or container and that all packages, shipping papers, and invoices be marked with the following information to permit effective receipt processing and timely payment: 1) Order Number; 2) Contract Line Item Numbers. The foregoing requirements must be passed on to any organization entity originating a shipment as a deliverable under this order. Caution: Any packages received which are not marked in accordance with the above requirements may be refused and returned to the contractor at the contractor's expense. BUSINESS HOURS-Crane Division, Naval Surface Warfare Center, Crane, Indiana, allows flexible working hours for its employees. The normal eight-hour shift may be worked between the hours of 6:30 AM and 5:30 PM EST. Many of our employees work 6:30 AM to 3:00 PM as a regular practice. The core time, when all employees are scheduled to work, is 9:00 AM to 3:00 PM. To be eligible for award you must be properly registered in the Government's Central Contractor Registration (CCR). Offerors may obtain information on CCR registration and annual confirmation requirements by calling 1-888-227-2423, or via the internet @ www.ccr.gov. If a change occurs in this requirement, only those offerors that respond to this announcement within the required time frame will be provided any changes/amendments and considered for future discussions and/or award. All res ponsible sources may submit an offer, which will be considered by the agency. Offers may be faxed to D. A. Frick, FAX 812-854-3707 or e-mailed to frick_d@crane.navy.mil. All required information must be received on or before 2:00 PM Eastern Standard Time 12 November 2002. See Note 12. Our mission is to provide quality and responsive acquisition services for this Command. In an effort to continue to improve our services, we are conducting a survey of our vendors. This survey may be found on the World Wide Web at the following address: http://www.crane.navy.mil/supply/VendorSurvey.htm. Your comments will help us determine if we are accomplishing this and show us ways to improve our processes. Please consider taking the time to complete the survey.
- Web Link
-
for updates to this combined synopsis/solicitation
(https://www.crane.navy.mil/supply/synopcom.htm)
- Record
- SN00183819-W 20021009/021007213556 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |