Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 23, 2006 FBO #1823
SOLICITATION NOTICE

61 -- Auxiliary Output Generator

Notice Date
11/21/2006
 
Notice Type
Solicitation Notice
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Mountain Region Acquisition Division, 325 Broadway - MC3, Boulder, CO, 80305-3328, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
NB847000701428DT
 
Response Due
12/6/2006
 
Archive Date
12/6/2006
 
Description
The National Institute of Standards and Technology (NIST) proposes to negotiate on a sole source basis the purchase under the authority of 41 U.S.C. 253(c)(1) with Symmetricom, Inc , 34 Tozer Road, Beverly, MA 01915-5510, of an Auxiliary Output Generator, Model AOG-110. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulations (FAR) as supplemented with additional information included in this notice. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-13. NIST requires an ultra-high stability frequency synthesizer that has the following characteristics: Three 5 MHz outputs, +13 dBm into 50 ohms, greater than 80 dB isolation, stability (Allan deviation) better than 2e-13 at 1 second with 1/t dependence out to 10,000 seconds and longer where the stability is better than 4e-17. This stability is maintained for fractional frequency offsets up to 1e-9. The phase noise of the output shall be less than 3 dB above the input 5 MHz reference. Fractional frequency offsets up to +/- 1e-7 range with 1e-19 resolution. Must have absolute and relative frequency control. Temperature sensitivity relative to reference less than 10 ps per degree C. Input frequency reference is 5 MHz from an active hydrogen maser with power in the range of +6 dBm to +15 dBm. The instrument shall have a 1 PPS output, with the following characteristics; positive going, amplitude greater than 3 volts into 50 ohms (TTL compatible), 20 microsecond pulse width, rise time less than 5 ns, jitter less than 1 ns rms. The instrument shall have a timing input for synchronizing the output 1 PPS, with the following characteristics; amplitude greater than 3 volts into 50 ohms (TTL compatible), pulse width greater than 100 ns, rise time less than 5 ns, synchronization to better than 15 ns. The computer interface shall have the following characteristics; RS-232 compatible control, supports 1200, 2400, 4800, 9600 and 19200 baud rates, all frequency, phase and clock controls available remotely. Power requirements are 110 VAC, 60 Hz, secondary DC input of 18 to 30 VDC. The instrument must be rack mountable. A proven track record of excellent reliability is necessary. Although this is a commercial product, the market is very limited, with only a few tens being sold per year. This is a very sophisticated, ultra-low noise frequency synthesizer for use with an active hydrogen maser. This synopsis is issued for information purposes only. Questions should be submitted in writing to the contracting officer either by fax or email. Any source that believes it can supply the required service should respond by submitting a written narrative statement of capability, including detailed technical information and other technical literature demonstrating the ability to meet the above requirements, within 15 days of this notice, to the above address. Information submitted in response to the notice will be used solely to determine whether or not use of competitive procedures to fulfill this requirement would be in the Government's best interest and must address qualifications pertinent to this requirement. Notwithstanding responses received - it is at the discretion of the government to add additional sources and or consider other quotes received after close of due date if it is in the best interest of the government. NAICS code for this procurement is 334315. The following provisions and clauses shall apply to this solicitation: FAR 52.212-1, Instructions to Offerors--Commercial, applies to this acquisition and there is no addenda to this provision; FAR 52.212-2, Evaluation--Commercial Items--The government will award a fixed price purchase order resulting from this solicitation to the responsible offeror whose offer will represent the best value to the government, price and other factors considered; FAR 52.212-3, Offeror Representations and Certifications--Commercial Items--Offerors must include a completed copy of Offeror Representations and Certifications along with the offer; FAR 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition and there is no addenda to this provision; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. The following additional FAR clauses are applicable to this acquisition: 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.225-3 Buy American Act--Supplies. Reference 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration--all other Terms and conditions in full text, including FAR 52.212-3 (Representations and Certifications) can accessed at http://www.arnet.gov/far/. FAR Clauses in full text are at http://www.ARNET.gov/far/. CAM 1352.237-72, Security Processing Requirements for Contractor/Subcontractor Personnel Working on a Dept. of Commerce Site or IT System (Low Risk Contracts). Hard copies in full text are available from office address and phone number listed in notice. Anticipated award date will be December 7, 2006.
 
Place of Performance
Address: 325 Broadway, Boulder, CO
Zip Code: 80305-3328
Country: UNITED STATES
 
Record
SN01184682-W 20061123/061121220150 (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.