Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 25, 2003 FBO #0419
SOLICITATION NOTICE

58 -- DUAL CHANNEL DIGITIZERS

Notice Date
1/23/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
N00164 300 Highway 361, Building 64 Crane, IN
 
ZIP Code
00000
 
Solicitation Number
N0016403R8904
 
Archive Date
3/9/2003
 
Point of Contact
MS. FLO MARTIN 812-854-3689
 
E-Mail Address
Email your questions to to reach Point of Contact
(martin_f@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 N00164-03-R-8904 is hereby issued as a request for Proposal (RFP). Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2002-09 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 0001,20 Each, Dual Channel Digitizers, Acqiris Part Number DC440, ?Brand Name or Equal which meet or exceed the salient characteristics cited herein? CLIN 0002, 20 Each, Acquisition Me mory Option 4Mpoint, ?Brand Name or Equal which meet or exceed the salient characteristics cited herein ?CLIN 0003, 6 Each, CompactPCI Crate, Acqiris Part Number DC440-M4M, ?Brand Name or Equal which meet or exceed the salient characteristics cited herein? CLIN 0004, 6 Each, Rack Mount Kit, Acqiris Part Number XC103, ?Brand Name or Equal which meet or exceed the salient characteristics cited herein? CLIN 0005, 6 Each, Interface Kit Acqiris Part Number 1C210, ?Brand Name or Equal which meet or exceed the salient characteristics cited herein?. Option 1 CLINS - - 0006-0010, CLIN 0006 -- Same as CLIN 0001 Quantity of 10 Each, CLIN 0007- Same as CLIN 0002. Quantity of 10 Each; CLIN 0008-- Same as CLIN 0003, Quantity of 5 Each; CLIN 0009-- Same as CLIN 0004, Quantity of 5 Each; CLIN 0010-- Same as CLIN 0005, Quantity of 5 each. To be considered for award, offers of "equal" produc ts, 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 Contracting 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. The "or equal" Digitizers CLIN?s 0001 thru 0010 must comply with the following SALIENT CHARACTERISTICS: The following specifications are minimum requirements. The digitizer shall meet or exceed these requirements. Vertical Resolution: 12-Bits (via 12-B it ADC?s) Minimum Sampling Rate: 250 MS/s (simultaneous on all channels) Minimum Acquisition Memory: 4 Million points per channel Minimum Number of Acquisition Channels: 6 Acquisition Channel Characteristics: AC and DC (50 ohm) Coupling, +/-5 Vdc, Analog Bandwidth: 100 MHz into 50 ohms External Reference Input: 10 MHz. All 6 digitizer channels shall be capable of phase-synchronized to a 10 MHz Reference Signal. External Clock Input: 100 MHz to 250 MHz External Trigger Input: The digitizer shall have an external trigger input with the following user-selectable features: ? Pre-triggering and Post-triggering. ? AC and DC coupling. ? Positive and Negative slope. The digitizer shall also have an internal trigger. The digitizer shall acquire data using the external trigger and external clock simultaneously. The digitizer shall acqui re data using the external trigger and internal clock simultaneously. All 6 inputs shall have the capability to serve as the trigger source for all of the other acquisition channels. Acquisition Modes: Single-shot or Sequence (segment) modes Sequence Mode Timing: The digitizer shall provide individual trigger time stamps so that the time from one trigger to any other trigger in a sequence mode acquisition can be determined. The digitizer shall measure and report the time from the trigger point to the first sample point for each acquisition. The digitizer shall be capable of being re-triggered in less than 1 micro-second to capture sequential high-repetition events such as pulsed RADAR signals. PC Data Transfer and Analysis: The digitizer shall have a hardware interface to transfer the acquisition data to a PC for display and analysis. A virtual digitizer softwar e tool shall be provided with the digitizer that will allow the operator to setup the digitizer, acquire data, transfer the data to the PC, display the acquired waveforms, and save the raw data to a file. The software tool shall display and save the raw data for single-shot modes and sequence modes. The software tool and digitizer drivers shall run under Microsoft Windows 2000/NT4. Rack-Mount: The digitizer shall come with a standard 19-inch rack mount kit. Power Requirements: The digitizer shall utilize standard US power (120 Volts, single phase, 60 Hertz). . Delivery is required F.O.B. Destination at NAVSURFWARCENDIV, Crane IN 47522. Delivery of CLIN 0001-0005, is required no later than 90 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 ite m. Selection for award will be based on past performance and price. Past performance is significantly more important than price. 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. The Government reserves the right to award to other than the lowest priced offer. 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 utilizing 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 o ut 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 reject/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. Acceptance of the standard commercial warranty does not waive the Government's rights under the "Inspection" clause nor does it limit the Government's rights 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 S chedule. 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. Addendum to 52.212-4: ADD: 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 Option items 0006-0010, 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 I 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 0006 - 0010, Option 1 80 days after contract award 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, Timeliness 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; 25 2.243-7002; 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 A125, 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 Supplies or Services?Blk 15. 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 eighthour 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). Offeror s 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 responsible sources may submit an offer, which will be considered by the agency. Offers may be faxed to Flo Martin, FAX 812-854-1841 or e-mailed to martin_f@crane.navy.mil . All required information must be received on or before 2:00 PM Eastern Standard Time 07 February 2003. 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 synopsis/solicitation
(http://www.crane.navy.mil/supply/announce.htm)
 
Record
SN00245603-W 20030125/030123213637 (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 |
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.