Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 13, 2006 FBO #1690
SOLICITATION NOTICE

99 -- FREQUENCY RESPONSE ANALYZER

Notice Date
7/11/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
 
ZIP Code
32899
 
Solicitation Number
NNK06162424Q
 
Response Due
7/20/2006
 
Archive Date
7/11/2007
 
Description
This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Quotations (RFQ) for 1 each, Frequency Response Analyzer (FRA) with the following Specifications: The FRA system must include a built-in signal generator providing sine, square and triangle waveforms, and three input analysis channels. All channels shall be electrically isolated from each other and be able to withstand +-500VDC (to chassis). The signal generator and analysis channels shall provide stimulus and measurement capability from 0.1 MHz to 2.2MHz. The signal generator shall be able to start and stop at 0 degrees. Output amplitude shall cover a range of from 1mV to 10VAC with up to +-10VDC offset, and source 100mA of current. The analyzer shall resolve microvolts of signal in the presence of volts of noise. Signal integration shall be user selectable by amount of time or number of periods. Auto integration shall allow for maximum sweep data acquisition speed. The analyzer channels shall be able to take data per the following: - repetitive measurements at a fixed frequency - single measurement at a fixed frequency - sweep measurement: automatic or manual per point Analyzer channels shall provide minimums of the following performance: - accuracy: 0.1dB, 1.0 degree (worst case) - Input range: 10mV to 100 VRMS The instrument shall have an IEEE-488 interface built in, and include data acquisition and analysis software including a Spice like modeling and simulation module. Options shall exist for future measurement requirements of discreet or in-circuit R, L, C, and Z values as well as being able to perform input/output impedance measurements while under loads to 100A. 1 each, Impedance Measurement Set 1 job, Standard Calibration The provisions and clauses in the RFQ are those in effect through FAC 05-11. This procurement is a total small business set-aside. See Note 1. The NAICS Code and the small business size standard for this procurement are 334516 and 500 employees, respectively. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. Delivery to Transportation Officer, NASA, SGS Warehouse, BLDG, M6-744, Kennedy Space Center, FL 32899 is required within 30 days ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by 2:00 pm, local time on July 20, 2006 to Jaime.Dempsey@nasa.gov and must include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml Offerors shall provide the information required by FAR 52.212-1 (JAN 2006), Instructions to Offerors-Commercial, which is incorporated by reference. Addenda to FAR 52.212-1 are as follows: None If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. FAR 52.212-4 (SEPT 2005), Contract Terms and Conditions-Commercial Items is applicable. Addenda to FAR 52.212-4 are as follows: NFS 1852.215-84 NFS 1852.225-70 NFS 1852.223-72 NFS 1852.237-73 KSC 52.212-93 KSC 52.247-92 KSC 52.246-125 FAR 52.212-5 (FEB 2006), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.219-6 52.222-3 52.222-19 52.222-21 52.222-26 52.222-35 52.222-36 52.225-1 52.232-34 The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/ The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm All contractual and technical questions must be in writing (e-mail or fax) to Jaime L. Dempsey not later than 12:00pm local time 7/14/2006 Telephone questions will not be accepted. Selection and award will be made (on an aggregate basis) to the lowest priced, technically acceptable offeror. Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the product offered meets the Government's requirement. Selection and award will be made to that offeror whose offer will be most advantageous to the Government, with consideration given to the factors of proposed technical merit, price, and past performance. Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc. These representations and certifications will be incorporated by reference in any resultant contract. An ombudsman has been appointed -- See NASA Specific Note "B". Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=76 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=76#121121)
 
Record
SN01086818-W 20060713/060711221609 (fbodaily.com)
 
Source
FedBizOpps 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.