Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 16, 2004 FBO #1116
MODIFICATION

66 -- RF Component Tester

Notice Date
12/14/2004
 
Notice Type
Modification
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Other Defense Agencies, Office of the Secretary of Defense, Defense Microelectronics Activity, Contracting Division 4234 54th Street, Building 620, McCellan, CA, 95652-1521
 
ZIP Code
95652-1521
 
Solicitation Number
5RE5D001
 
Response Due
12/22/2004
 
Archive Date
1/6/2005
 
Point of Contact
Kurt Verner, Contracts Specialist, Phone (916)231-1525, Fax (916)231-2835,
 
E-Mail Address
verner@dmea.osd.mil
 
Small Business Set-Aside
Total Small Business
 
Description
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. Solicitation number is 5RE5D001, and the solicitation is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-25. Set-aside: Small Business (SB) set-aside; associated North American Industry Classification System (NAICS) code is 334516; small business size standard: 500 employees. Small Business Competitiveness Demonstration Program: not applicable. A list of contract line item numbers, supplies/services, quantities and units of measure appear below. Description of requirements for the items to be acquired appears below. Date and place of delivery and acceptance and FOB point appear below. The provision at 52.212-1, Instructions to Offerors – Commercial Items, applies to this acquisition. FAR 52.212-2, Evaluation – Commercial Items applies, with the following specific evaluation criteria to be included in paragraph (a) of that provision: Product offered, price, past performance. Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications – Commercial Items, with its offer. The clause at 52.212-4, Contract Terms and Conditions – Commercial Items, applies to this acquisition and addenda to the clause are shown below. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statues Or Executive Orders – Commercial Items, applies to this acquisition and additional FAR clauses cited in the clause are applicable to the acquisition as determined by the contracting officer following receipt of offers. Additional contract requirements or terms and conditions determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices are shown below. The Defense Priorities and Allocations System (DPAS) rating is DO-A7. The date and time offers are due: 12/22/04, 10:00 am Pacific time to DMEA, Contracting Office, 4234 54th Street, McClellan, CA 95652-2100. E-mailed or faxed offers are encouraged: email verner@dmea.osd.mil, fax: (916) 231-2835. The name and telephone number of the individual to contact for information regarding the solicitation: Contract Specialist Kurt Verner, (916) 231-1525, Contracting Officer Dawn Doster, (916) 231-1521. Contract Line Item 0001: Supplies/Services: RF Component Test System, Quantity: 1 Each. RF Component Test System (National Instrument’s PXI Test System). 1. System Description: The RF Component Tester (RF Tester) shall consist of a computer controlled assembly of 19 inch rack mountable electrical switching and test equipment plus the integration of interface cables, application software and hardware drivers. 2. Subassembly Specifications: 2.1 Chassis – PXI 18-slot rack mount assembly including power supply 2.2 General purpose matrix switch a. containing at least 16 – 2x16 switching blocks b. 100 VDC, 500ma capable switches c. 2000 cycles/sec d. Reconfigurable by computer control to 1x512 or to 8x64 2.3 RF multiplexer a. Contains at least 10 – 1x16 RF switching blocks b. 50 ohm impedance with minimum 500 MHz signal support c. 150 VDC, 500ma capable switches 2.4 Arbitrary Waveform Generator a. 200 MSamples/Sec b. 16 bit resolution c. Multimode synchronization d. 256 MB wave form and data memory 2.5 Signal Digitizer a. 2 Channels b. 200 MSamples/Sec c. 12 bit resolution d. Noise and anti-alias filters e. 32 MB data memory per channel 2.6 Digital Multimeter (quantity: 2) a. 6 ½ digits b. 23 bit resolution c. 1.8 MSamples/Sec rate 2.7 National Instruments Developer Suite, Professional Test Edition 2.8 Interface cables lenghts: – 1 meter (4 each), 0.5 meter (4 each), 0.3 meter (4 each) a. Cables between Device-Under-Test (DUT) and the Arbitrary Waveform Generator, BNC terminated on DUT end, 1 meter. (quantity: 2) b. Cables between Device-Under-Test (DUT) and the RF multiplexer, BNC terminated on DUT end, 1 meter. (quantity: 10) c. Cables between RF multiplexer blocks, 0.3 meters. (quantity: 10) 2.9 MXI to PXI interface set plus 3 meter copper cable 3. The RF Tester must be National Instruments – LabView compatible. All equipment control software and applicable drivers supplied with the system. 4. The RF Tester must be fully assembled and tested prior to delivery Anticipated award date 01/05/05. Delivery Date: 01/31/05. FOB/Inspection/Acceptance at Destination: Defense Microelectronics Activity, 4234 54th Street, McClellan, California 95652-2100. FAR 52.212-3, Offeror Representations and Certifications – Commercial Items, Jun 2003 must be submitted with offers. The following Federal Acquisition Regulation provisions apply: FAR 52.211-15, Defense Priority and Allocation Requirements, Sep 1990; FAR 52.252-2, Clauses Incorporated by Reference, Feb 1998; FAR 52.212-4, Contract Terms and Conditions – Commercial Items, Oct 2003; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items, Oct 2003 (additional provisions to be determined by the Contracting Officer after receipt of offers); FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I, Oct 1995; FAR 52.219-8, Utilization of Small Business Concerns, Oct 2000; FAR 52.222-21, Prohibition of Segregated Facilities, Feb 1999, FAR 52.222-26, Equal Opportunity, Apr 2002; FAR 52.222-35, Affirmative Action for Special Disabled Vietnam Era Veterans, Dec 2001; FAR 52.222-36, Affirmative Action for Handicapped Workers, Jun 1998; FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of Vietnam Era, Dec 2001; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies, Sep 2002; FAR 52.225-13, Restrictions on Certain Foreign Purchases, Jun 2003; FAR 52.227-1, Authorization and Consent, Jul 1995; FAR 52.227-2, Notice and Assistance Regarding Patent and Copyright Infringement, Aug 1996; FAR 52-232.33, Payment by Electronic Funds Transfer – Central Contractor Registration, May 1999; FAR 52.247-34, F.o.b. Destination, Nov 1991; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items, Mar 2003 (additional provisions to be determined by the Contracting Officer after receipt of offers); FAR 52.203-3, Gratuities, Apr 1984; DFARS 252.204-7003, Control of Government Personnel Work Product, Apr 1992; DFARS 252.204-7004, Required Central Contractor Registration, Mar 1998; DFARS 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country, Mar 1998; DFARS 252.212-7000, Offeror Representations and Certifications – Commerical Items, Nov 1995; DFARS 252.225-7012, Preference for Certain Domestic Commodities, May 1999; DFARS 252.227-7015, Technical Data – Commercial Items, Nov 1995; DFARS 252.227-7037, Validation of Restrictive Markings on Technical Data, Sep 1999; DFARS 252.243-7001, Pricing of Contract Modifications, Dec 1991; DFARS 252.243-7002, Certification of Requests for Equitable Adjustment, Mar 1998; DFARS 252.247-7023, Transportation of Supplies by Sea, Mar 2000. Invoice Requirements: In accordance with FAR 52.212-4, paragraph (g), the contractor shall submit an original and three copies (or electronic invoice if authorized) to: Defense Microelectronics Activity, Contracting Office, 4234 54th Street, McClellan, CA 95652-2100. As the receiving document, the contractor shall submit, along with the invoice, the SF 1449 with block number 33 completed with a ship number. All responsible sources may submit a quotation, which shall be considered by the agency. The Government intends to award on an all or nothing basis. Funds are presently available for this acquisition. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (14-DEC-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/ODA/OSD/McCellanCA/5RE5D001/listing.html)
 
Place of Performance
Address: Defense Microelectronics Activity 4234 54th Street McClellan, CA 95652-2100.
Zip Code: 95652-2100
Country: USA
 
Record
SN00721662-F 20041216/041214213607 (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.