Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 08, 2004 FBO #0864
SOLICITATION NOTICE

66 -- QUAD FREQUENCY SYNTHESIZER

Notice Date
4/5/2004
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Navy, Office of Naval Research, Naval Research Laboratory/STENNIS, John C. Stennis Space Center, Stennis Space Center, MS, 39529-5004
 
ZIP Code
39529-5004
 
Solicitation Number
N00173-04-R-JR06
 
Response Due
4/20/2004
 
Point of Contact
Jerry Riles, Contract Specialist, Phone 228-688-4259, Fax 228-688-6055, - Patricia Lewis, Contracting Officer, Phone 228-688-5593, Fax 228-688-6055,
 
E-Mail Address
jriles@nrlssc.navy.mil, plewis@nrlssc.navy.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (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 RFP will not be issued. The RFP, N00173-04-R-JR06, is issued as a Request for Proposal(RFP). The RFP document and incorporated provisions and clauses are those in effect through FAC 2001-21 and DFARS Change Notice 20040323. The associated NAICS code is 334516 and the small business size standard is 500 employees. NRL requires a phase-locked synthesizer capable of providing very low phase noise for a set of high-performance receivers. A fully coherent design is required to provide precise synthesis of four Local Oscillator (LO) frequencies needed for the second conversion mixers in two sets of receivers. The key requirements are: a. The synthesizer shall create 12 total outputs for the NRL receiver Los; b. 6 outputs shall be identical at either 692.75 MHz or 769.25 MHz, depending on external TTL control; c. 6 outputs shall be identical at either 1376.25 MHz or 1453.125 MHz, depending on external TTL control; d. All output signals shall be derived from and phase locked to any of the reference signals at 10MHz, 20MHz, and 100MHz available from the NRL timing system; e. Must be vibration tolerant and must not be susceptible to microphonic effects; f. SMA female connectors, inputs on rear, outputs on front; g. Control connector: DB 9 male, pinout to be supplied by vendorh; h. Packaging: 19 inch rack mount, 2U (3.5 inch) max height, 26 inch max depth, 30lb max weight. Offerors shall provide a standard commercial warranty against all parts and labor. Delivery and acceptance is at NRL, Washington, D.C. 20375, FOB Destination. Delivery shall be no later than 31 August 2004. The provision at 52.212-1, Instructions to Offerors--Commercial, applies to this acquisition. The Government intends to award a contract resulting from this solicitation to that responsible offeror proposing the lowest price for the items that have been determined to comply with the requirements of the specifications and solicitation. The proposal must demonstrate an understanding of the requirement and the ability to meet the specifications. Offeror must complete and submit with its proposal, FAR 52.212-3 Offeror Representations and Certifications--Commercial Items and DFARS 252.212-7000 Offeror Representations and Certifications--Commercial Items, which are identified as B and available electronically at: http://heron.nrl.navy.mil/contracts/reps&certs.htm. The clause at FAR 52.212-4, Contract Terms and Conditions--Commercial Items and FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. The additional FAR clauses cited within this clause are applicable: 52.203-6, 52.219-4, 52.219-8, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, and 52.232-33. The DFARs clause at 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition. The additional clauses cited within this clause are applicable: 52.203-3, 252.227-7015. The following additional DFARs clauses apply: 252.204-7004, 252.232-7003. All EIT supplies and services provided under any resultant contract must comply with the applicable accessibility standards issued by the Architectural and Transportation Barriers Compliance Board at 36 CFR part 1194 (see FAR Subpart 39.2). Electronic and information technology (EIT) is defined at FAR 2.101. Any resultant contract will be DO Rated under the Defense Priorities and Allocations System (DPAS). The Contract Specialist must receive any questions no later than 10 calendar days before the response date of this solicitation. An original and two copies of the offeror proposal shall be received on or before the response date noted above, 4:00 P.M., local time at the NRL-SSC address above, Attn: Contracting Officer. The package should be marked with the solicitation number, due date and time. All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency.Other business opportunities for NRL are available at our website http://heron.nrl.navy.mil/contracts/rfplist.htm. The complete specification and/or other information required for this combined synopsis/solicitation is available at http://heron.nrl.navy.mil/contracts/RFP/04jr06.htm. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (05-APR-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 06-APR-2004. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Place of Performance
Address: Contractor Facility
 
Record
SN00561196-W 20040408/040406213307 (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.