Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 04, 2007 FBO #2077
SOLICITATION NOTICE

66 -- Spectrum Analyzer, Qty. 1

Notice Date
8/2/2007
 
Notice Type
Solicitation Notice
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441 21983 Bundy Road Unit 7, Patuxent River, MD, 20670, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N00421-07-P-0498
 
Response Due
8/16/2007
 
Archive Date
8/31/2007
 
Description
The Naval Air Systems Command, Aircraft Division (NAWC-AD), Patuxent River, Maryland intends to procure a quantity of one (1), spectrum analyzer. This procurement is unrestricted under NAICS Code 334515. The spectrum analyzer must meet or exceed the following minimum requirements: 1. Eight channels minimum with the capability to expand to 16 or more channels. 2. Built-in ICP power supply for each channel. 3. BNC connectors for all channels. 4. Four (4) tachometer channels minimum. 5. Basic vibration analysis software including waterfall plots, order analysis, modal analysis, and throughput to disk. Software must be compiled to run in the native Windows environment (i.e. no interpreted languages). 6. Capability to export data to common file formats (Mathlab, Star, ASCII). 7. Laptop computer with 80 gigabytes or greater hard drive, USB ports (2 minimum, 2.0 or greater), 1 gigabyte or more RAM, DVD / CD writer, Windows XP Professional or newer, Microsoft Office Professional 2003 or newer, Adobe Acrobat 8.0 or newer. 8. Ability to run on DC power. 9. Signal generator with sine and swept sine (minimum). 10. Frequency response from DC to 20 KHz or better. 11. Must weigh less than 25 lbs (including laptop). 12. Must include a carrying case that holds all components. 13. Must include a perpetual license for the software (i.e., software does not cease to function after a certain period of time). 14. Vendor must have an ISO 9000 certified (not registered) calibration facility traceable to NIST. This notice is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Part 13.5 and the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Firm-Fixed Price quotations, with FOB Destination terms to Patuxent River, Maryland are being requested based on this notice. A written solicitation will not be issued. The announcement/solicitation is issued as a request for quotation (RFQ) in accordance with FAR 13.5. The provisions at FAR 52.212-1 and 52.252-2 apply. FAR 52.212-4 and 52.212-5 will be included in award resulting from this notice. Full text for these FAR provisions and clauses may be accessed at http://farsite.hill.af.mil. Quotations will be evaluated for award based on the following factors: Technical, Delivery, Price, Past Performance, and Post Warranty support. All factors are of equal importance and the Government will award to the Contractor whose product represents the Best Value to the Government, price and other factors considered, solely at the Government?s discretion. TECHNICAL: Please provide commercial brochures/literature for the required product and a copy of the commercial warranty that illustrates all technical requirements/specifications as provided herein are being met. DELIVERY: The quotation will be evaluated on the best delivery date, after receipt of a written purchase order, provided the units otherwise meet all technical requirements. PRICE: The quotation will be evaluated on the total Firm- Fixed Price for all required items. FOR EVALUATION PURPOSES ONLY, include the post warranty support costs for annual software support and the cost to calibrate the unit (unit price per calibration) as a separate item. Please note that the Navy is not buying these support services, but are using the post warranty support costs as part of the evaluation criteria in order to better understand the total cost of ownership. Pricing shall include FOB Destination terms to NAWCAD, Patuxent River, MD 20670. PAST PERFORMANCE: Please provide a copy of two recent purchase orders or sales orders for same or similar products sold. Include a point of contact and phone number for each purchase or sales order record provided. This information may be evaluated for successful past performance information obtained from prior customers in terms of meeting all requirements, delivering on time, following up with problems under warranty, etc. The Government reserves the right to obtain prior Past Performance information other than from the sources provided with the quotations, if deemed necessary by the Contracting Officer. All quotations shall include a completed copy of the provision of FAR 52.212-3, Offeror Representations and Certifications ? Commercial Items. The automated system for complying is called On-Line Representations and Certifications Application (ORCA), and is available at: https://orca.bpn.gov/login.aspx. For additional information, see the ORCA FAQ sheet at: https://orca.bpn.gov/faq.aspx. To receive an award from the Department of Defense, contractors must be registered in the CCR database, available at www.ccr.gov. Quotations must be received at the NAWC-AD Contracting Office not later than 1500 hours on 16 August 2007. No late quotations will be accepted. Quotations may be submitted electronically via email to the attention of Angela M. Williams, Contract Specialist at Angela.M.Williams1@navy.mil, or via common carrier, such as FED EX, UPS, or USPS to the following address: Naval Air Systems Command, Aircraft Division (NAWCAD), Attn: Angela M. Williams, Code AIR-2.5.1.4.2.2., 21983 Bundy Road, Bldg. 441 Patuxent River, MD 20670-1127. PLEASE NOTE: Due to heightened security at the Patuxent River Naval Air Station, please provide sufficient time to submit your quotation via common carrier to the above designated receipt location prior to 1500 hours on the due date. Comments or questions concerning this combined synopsis/solicitation should be submitted via email to the attention of Angela M. Williams, Contract Specialist, at Angela.M.Williams1@navy.mil. No phone calls please. The Government shall not be responsible for any misdireted packages, mail or email.
 
Place of Performance
Address: 48298 Shaw Road, Patuxent River, MD
Zip Code: 20670
Country: UNITED STATES
 
Record
SN01360666-W 20070804/070802222516 (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.