SOLICITATION NOTICE
61 -- Auxiliary Output Generator
- Notice Date
- 12/14/2006
- Notice Type
- Solicitation Notice
- NAICS
- 335312
— Motor and Generator Manufacturing
- 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
- NB847000701428DT1
- Response Due
- 1/2/2007
- Archive Date
- 1/3/2007
- 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 and in accordance with the simplified acquisition procedures authorized in FAR Part 13 (not to exceed $100,000). The incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-14. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Request for Quotation (RFQ) number is NB847000701428-DT1. NAICS code for this procurement is 335312 and the size standard is 1000 employees. This notice is being published on an unrestricted basis to all business sizes. The U.S. Department of Commerce (DOC) National Institute of Standards and Technology (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. The only known manufacturer of this generator is Symmetricom, Inc. 34 Tozer Road, Beverly, MA 01915-5510. The model number is AOG110. Delivery shall be within 8 months after receipt of order. Delivery shall be made F.O.B. Destination to NIST, 325 Broadway, Boulder, CO 80305. Award will be made based on price (provided that the quoted equipment meets the requirement of the RFQ). Quotations are due by close of business on January 2, 2007. 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. 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 52.212-3, 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 January 3, 2006.
- Place of Performance
- Address: 325 Broadway, Boulder, CO
- Zip Code: 80305-3328
- Country: UNITED STATES
- Zip Code: 80305-3328
- Record
- SN01196407-W 20061216/061214220310 (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 |