SOLICITATION NOTICE
66 -- High Resolution Optical Spectrum Analyzer
- Notice Date
- 6/15/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of the Navy, Office of Naval Research, Naval Research Laboratory/STENNIS, John C. Stennis Space Center, Stennis Space Center, Mississippi, 39529-5004
- ZIP Code
- 39529-5004
- Solicitation Number
- N00173-09-R-SE06
- Archive Date
- 6/15/2010
- Point of Contact
- Eric J Sogard, Phone: 228-688-5980, Patricia A Lewis, Phone: 228-688-5593
- E-Mail Address
-
esogard@nrlssc.navy.mil, plewis@nrlssc.navy.mil
(esogard@nrlssc.navy.mil, plewis@nrlssc.navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Combined synopsis/solicitation (Description). This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) 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. The solicitation, N00173-09-R-SE06, is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-32 and DFARS Change Notice 2009-0115. The associated small business size standard is 500 employees. NRL has a requirement for: CLIN 0001: A High Resolution Optical Spectrum Analyzer (OSA) with the following minimum requirements: Technical: Wavelength range: 1520 nm to 1630 nm Wavelength span range: 1.6 pm to 110 nm Wavelength absolute accuracy (at 1550 nm, at 0 dBm): +/- 3pm Wavelength resolution (@ 3dB) characteristic: 5 MHz (0.04 pm) Measurement power level range (at 1550 nm): -67 dBm to +20 dBm Absolute power level accuracy (at 1550 nm, at 0 dBm): at highest WL resolution +/-2.5dB Power level repeatability (at 1550 nm, at 0 dBm): +/-0.2 dB Close-in dynamic range: 60 dB @ +/-1.7 pm Spurious free dynamic (characteristic): > 45 dB Sweep time (characteristic, at highest resolution): 8 s for 110 nm Tuneable laser output > -9 dBm Need internal absolute wavelength calibrator: 1 Absolute and 2 Relative calibrators 2 channels needed (one per polarization axis): ability to measure spectrums in each polarization channels or recombine them and measure a polarization independent spectrum Transmission measurement dynamic: 70 dB Size and Weight Requirements: The OSA unit shall be compact and easily transferable for use on fibre optic sensor field tests. The unit shall be capable of fitting within a standard 19-inch [480 mm] wide rack, with height dimensions of 6 rack units (or U's) [1 U=1.75 inches (44.45 mm)], with a depth of 450 mm. Maximum weight not to exceed 25 kg. Software functionalities: Tuneable laser source (1520 nm to 1630 nm); with static mode; single, auto and repeat sweep; continuous mode with a tuneable speed; step by step mode). Tracking generator (to measure the transmission of components with a 70 dB dynamic range), Auto measurement ability, Zoom function, Zoom to scale, Auto calibration, Peak search, line width, SMSR, Markers, Horizontal and vertical lines, Peak center. Display Capabilities: X scale: Ability to plot wavelength in nm and frequency in THz Y scale: Power in linear or log Trace: Ability to store up to at least 6 traces Screen size and resolution: at least 10.0 inches, colour TFT, 640 x 480 pixels Front keyboard required Touch sensitive screen required to facilitate rack mounting. USB connectors: at least 1x front panel, 2x back panel Internal memory: ability to store more than 1000 traces required File formats: Trace file (.dat,.txt), Setup file, Screen copy (.bmp) Mouse and keyboard connector required GPIB connection required. Ethernet connection: (10/100 base T) Operating temperature range: +10°C to +35°C Power requirement: AC 100 to 120V/200 to 250V, 50/60Hz Upgrade Capability: The unit shall be capable of being fully upgraded to a complex spectrum analyzer, capable of analysis of chirp signals. Documentation: 1 complete set of users/operations manual. Warranty: One-Year warranty. Delivery and acceptance is at NRL, Washington, D.C. 20375, FOB Destination. Desired delivery shall be no later than 4 months from date of award. Anticipated government budget: $115,000.00 The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The provision at FAR 52.212-2, Evaluation--Commercial Items is incorporated. The Government intends to award a contract resulting from this solicitation to that responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate the offers: technical capability of the item offered to meet the Government requirement based on technical approach narrative and/or examination of product literature, past performance and price. The technical capability and past performance are more important than price. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). Offeror must complete the following electronic annual representations and certifications via the Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov in conjunction with required registration in the Central Contractor Registration (CCR) database.: FAR 52.212-3 Offeror Representations and Certifications--Commercial Items and DFARS 252.212-7000 Offeror Representations and Certifications--Commercial Items. In accordance with paragraph (j) of FAR 52.212-3 if changes to the ORCA annual representations and certifications apply to this acquisition, the offeror must clearly identify the applicable paragraphs at (b) through (i) which the offeror has completed for the purpose of this solicitation only. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted on ORCA. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items and FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. The additional clauses cited within this clause are applicable: 52.203-6 with Alt 1, 52.219-8, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.223-16, 52.225-3, 52.225-13, 52.232-29, 52.232-30, 52.232-33. The DFARS clause at 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition. The additional clauses cited within this clause are applicable: 52.203-3, 252.225-7012, 252.225-7021, 252.227-7015, 252.227-7037, 252.232-7003, 252.243-7002, 252.247-7023, 252.247-7024. The following additional FAR and DFARS clauses apply: 52.204-7 Central Contractor Registration; DFARS 252.204-7004 Alternate A.; DFARS 252.211-7003 fill in none in (c)(1)(ii) and (c)(1)(iii). and DFARS 252-211-7007 fill in none All EIT supplies and services provided under any resultant contract must comply with the applicable accessibility standards issued by the Architectural and Transportation Barriers Compliance Board at 36 CFR part 1194 (see FAR Subpart 39.2). Electronic and information technology (EIT) is defined at FAR 2.101. Any resultant contract will be DO Rated under the Defense Priorities and Allocations System (DPAS). The Contract Specialist must receive any questions concerning the RFP no later than 10 business days before the response date of this solicitation. An original and 1 copy of the offerors proposal shall be received on or before the response date noted above, 4:00 P.M., local time at the NRL address above, Attn: Contracting Officer. The package should be marked with the solicitation number, due date and time. Other business opportunities for NRL are available at our website http://heron.nrl.navy.mil/contracts/rfplist.htm
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/ONR/Code3235/N00173-09-R-SE06/listing.html)
- Record
- SN01845335-W 20090617/090615235355-ecfdcc607353487960fb5a53ad94a9f2 (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 |