Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 27, 2009 FBO #2770
SOLICITATION NOTICE

66 -- Logic Analyzer with Options

Notice Date
6/25/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, New York, 13441-4514
 
ZIP Code
13441-4514
 
Solicitation Number
FA8751-09-Q-0365
 
Archive Date
7/21/2009
 
Point of Contact
Elizabeth K. Tallman, Phone: 315-330-1940
 
E-Mail Address
elizabeth.tallman@rl.af.mil
(elizabeth.tallman@rl.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. Solicitation FA8751-09-Q-0365 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-33 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20090115. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This procurement is being issued as a total small business set-aside under NAICS code 334516 and small business size standard is 500 employees. The contractor shall provide the following items on a firm fixed price basis: ITEM 1: 102 Channel Logic Analyzer QTY: 1 MFR P/N: Agilent Technologies 16823A (OR EQUAL) DESCRIPTION: 15-inch (38.1 cm) color display with touch screen available, 102-channel portable logic analyzer with up to 32 M acquisition memory depth, comprehensive single-ended signal support, threshold is adjustable in -5 V to 5 V (10 mV increments), 48-channel pattern generator with up to 300 MVector/s speed and 16 M vector depth, 4 GHz (250 ps) timing zoom with 64 K memory, 1.0 GHz / 500 MHz (half / full-channel) conventional timing with deep memory, 500 MHz transitional timing, State clock rates up to 450 MHz, Data rate 500 Mb/s, Automated threshold/sample position setup for accurate measurements on high-speed buses, Simultaneous eye diagrams on all channels identify problem signals quickly, memory depth: 32M TO INCLUDE: TTL Clock Pod, with the following specifications: Logic level support, 5V TTL, Clock output type: 10H125 with 47 ohm series; true and inverted, Clock output rate: 100 MHz maximum, Clock out delay: 11 ns maximum in 9 steps, Clock input type: TTL - 10H124, Clock input rate: DC to 100 MHz, Clock in to clock out: approximately 30 ns, Pattern input type: TTL - 10H124 (no connect is logic 1), Pattern in to recognition: approximately 15 ns + 1 clk period TO INCLUDE: 3-State TTL/CMOS Data Pod and Lead Set, with the following specifications: Maximum clock: 100 MHz, Skew: Typical less than 4 ns; worst case = 12 ns, 3-state enable: negative true, 100 k Ω to GND, enabled on no connect, Output type: 74ACT11244 with 100 Ω series; 10H125 on a non 3-state channel 7 Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. The estimated delivery date is 30 days After Receipt of Order (ARO). The place of delivery, acceptance and FOB destination point is F4HBL1/Transportation Depot 2, 148 Electronic Parkway, Rome, NY 13441. The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) Written quotes are due at or before 12 PM (ET) MONDAY 06 JULY 2009. Submit to: AFRL/RIKO, Attn: Elizabeth Tallman 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-8301 or by email to Elizabeth.Tallman@rl.af.mil. Offerors are encouraged to submit their quotes using the SF 1449, Solicitation/Contract/Order for Commercial Items. (b)(4) Submit a technical description of the items being offered. (b)(10) Past performance information is not required. (b)(11) Include a statement verifying that your firm is capable of conforming to the requirements of DFARS clause 252.211-7003, Item Identification and Valuation. (k) Central Contractor Registration. Offerors must be registered in the CCR database to receive a contract award. If the offeror does not become registered in the CCR database within four (4) days after receiving notification from the Contracting Officer, the Contracting Officer may proceed to award to the next otherwise successful registered offeror. The provision at FAR 52.212-2, Evaluation -- Commercial Items applies. In addition to the information within paragraph (a), the following factors shall be used to evaluate offers: PRICE and TECHNICAL CAPABILITY. Both factors are of equal importance. The representations and certifications found in the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items and ALT I must be completed electronically on the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. Offerors are required to complete only paragraph (b) of this provision and submit it with their quote. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The clause at 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 cited in the clause are applicable to this acquisition: 52.219-6, Notice of Total Small Business Aside 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-19, Child Labor-Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration The clause at DFARS 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 following additional FAR and DFARS clauses cited in the clause are applicable to this acquisition: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.225-7001, Buy American Act and Balance of Payments Program 252.227-7015, Technical Data--Commercial Items 252.227-7037, Validation of Restrictive Markings on Technical Data 252.232-7003, Electronic Submission of Paymnt Requests 252.247-7023, Transportation of Supplies by Sea - Alternate III 252.247-7024, Notification of Transportation of Supplies by Sea The following additional FAR and DFARS provisions and clauses also apply: 52.211-6, Brand Name or Equal 252.211-7003, Item Identification and Valuation 252.225-7000, Buy American Act--Balance of Payments Program Certificate 252.232-7010, Levies on Contract Payments 5352.201-9101, OMBUDSMAN (AUG 2005) is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Karen Sue Hunter, Building 15, Room 225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-255-5036 COM: 937-255-7754. Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFAR 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow - Receipt and Acceptance (see website - https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Please confirm in your proposal that your company is able to submit electronic invoices as set forth in the clause.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-09-Q-0365/listing.html)
 
Place of Performance
Address: Air Force Research Laboratory, Rome, New York, 13441, United States
Zip Code: 13441
 
Record
SN01856547-W 20090627/090625235622-6b864d94f24fb9756a1ff1cc332f8168 (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.