Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 21, 2009 FBO #2919
SOLICITATION NOTICE

66 -- Load Pull System

Notice Date
11/19/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334419 — Other Electronic Component Manufacturing
 
Contracting Office
RDECOM Contracting Center - Adelphi (RDECOM-CC), ATTN: AMSRD-ACC, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX10T0013
 
Response Due
12/3/2009
 
Archive Date
2/1/2010
 
Point of Contact
Hortensia E Tellez, 575-678-0697
 
E-Mail Address
RDECOM Contracting Center - Adelphi (RDECOM-CC)
(hortensia.tellez@arl.army.mil)
 
Small Business Set-Aside
N/A
 
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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (i) The solicitation number is W911QX10T0013. This acquisition is issued as a Request for Quote (RFQ). Deadline for questions is 3 December 2009. (ii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-37, effective 13 November 2009. (iii) This acquisition is unrestricted. The NAICS code is 334419. The business size standard is 500 employees. (iv) The following is a list of contract line item number(s) and items, quantities, units of measure, description (including option(s), if applicable): CLIN 0001 Load Pull System, 1 each. (v) Specifications and Requirements: Quantity two (2) tuners, one input and one output: Frequency range of 8 to 50 GHz. Matching range of minimum 10:1 Voltage Standing Wave Ratio (VSWR) at tuner coax port. Insertion loss of less than 1.0 dB in with probe(s) retracted (tuner initialized to 50ohm). Repeatability of -40 dB. Power handling of 10 W at 10:1 VSWR. Mounting interface for standard, commercially available low loss Ground-Signal-Ground (GSG) Co-planar Waveguide (CPW) on-wafer test probes with 2.4 mm coaxial connector. Optional pre-matching mount if needed to achieve higher VSWR at probe tip for on wafer test (details above). 2.4 mm connectors for the input and output. Software: Graphical user interface (GUI) for automatic control of tuners and test equipment by computer. Calibration of tuners and test equipment. Instrument drivers for computer control of standard test equipment for radio frequency (RF) test: Government owned Agilent PNA series Network Analyzers, Hewlett Packard 438 Power Meter, Agilent EPM-P Series Power Meter, Semiconductor Parameter Analyzer, DC Power Supply, and Spectrum Analyzer. Capable of generating custom, user defined drivers for control for test equipment that do not have built-in drivers in software. Power measurements are Pout, Gain, Efficiency, load pull contours, voltages, currents, s-parameters, Intermodulation Distortion and Adjacent Channel Power (IMD ACP). Allows for software calls to permit automated testing on multiple sites across wafer. Graphical plotting of data. Vector Network Analyzer Calibration Kit: Frequency range of to 50 GHz. 2.4 mm connectors for the input and output. Compatible with Agilent PNA series Network Analyzers. Contains all calibration standards for Thru-Reflect-Line (TRL) calibrations. On-Site installation: The Contractor shall arrive onsite at the Electronics Technology Branch, Sensors and Electron Devices Directorate of the Army Research Laboratory (ARL), Adelphi, MD within 14 weeks to install the referenced Load Pull System. In the presence of government employees, the referenced system shall pass the Contractors on-site calibration and verification test to ensure the system is fully functional. The Contractor shall ensure all hardware necessary for installation on Government owned semi-automated on-wafer probe station is included: mounting hardware for attachment to probe station, 3-axis positioners for tuners. The Contractor shall provide minimum one (1) day, 8-hour training of the system, including system operation and calibration, coincident with installation. This training shall be provided on-site at the government installation. (vi) Delivery shall be made to Building 204/3D074, Adelphi, MD 20783. Acceptance shall be performed at Adelphi, MD. The FOB point is Destination. (vi) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: None. (viii) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical, Past Performance and Price. The Technical element of the evaluation will be a determination as to whether the proposed product meets the performance characteristics and specifications in the solicitation. The Technical element of the evaluation shall be based solely on information furnished by the vendor. The Government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the Government to determine whether the product meets the performance characteristics and specifications of the requirement. If the offeror proposes to modify a product so as to conform to the requirement of this solicitation, the offeror shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. Additional consideration is given to proposed product that can provide performance beyond the minimum requirements, in that there is a goal to achieve 10:1 over 30 to 45 GHz at probe tip for on-wafer test with standard commercially available low loss Ground-Signal-Ground (GSG) Co-planar Waveguide (CPW) probes (typical 0.5 dB probe insertion loss or as specified by offeror). Proposed product that provides performance beyond the minimum requirements, even if it does not fully meet/exceed the goal, may be deemed a best value to the Government based on an evaluation of technical performance and price. Past performance will be evaluated based on information provided by the offeror as to actual sales of the proposed product to industry or Government agencies. Past performance will consider the ability of the offeror to meet technical specifications, delivery schedules (with warranty fulfillment and maintenance reputation included as applicable). Offerors shall include two (2) records of sales from the previous twelve (12) months. Offerors shall identify a point of contact for each sale by providing a name and telephone number. Price will be evaluated based on the total proposed price, including options, (if any). Technical and past performance are of equal importance and when combined are significantly more important than price. The Government reserves the right to award to other than the lowest price and to award without discussions. (ix) Offerors shall complete the annual representations and certificates electronically at http://orca.bpn.gov or include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items with its offer. Offerors shall include DFARS 252.212-7000, Offeror Representations and Certifications -Commercial Items, with its offer. (x) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause. None. (xi) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and 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/DFARS clauses cited in this clause are applicable: 52.203-6 Restrictions on Subcontractor Sales to the Government; 52.219-8 Utilization of Small Business Concerns; 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; 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-50 Combating Trafficking in Persons; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; 252.203-3 Gratuities; 252.203-7000 Requirements Relating to Compensations of Former DoD Officials; 252.225-7001 Buy American Act and Balance of Payments Program; 252.225-7013 Duty-Free Entry; 252.229-7000 Invoices Exclusive of Taxes or Duties; 252.232-7003 Electronic Submission Of Payment Requests; 252.243-7002 Request for Equitable Adjustment; 252.247-7023 Transportation of Supplies by Sea. Clauses and provisions are incorporated by reference and apply to this acquisition. Full text of the clauses and provisions can be obtained at http://farsite.hill.af.mil/ (xii) The following RDECOM local provisions shall be incorporated into any resultant contract:52.004-4409 RDECOMAC Point of Contact; 52.004-4411 Technical Point of Contact; 52.011-4401 Receiving Room Requirement-ALC; 52.016-4407 Type of Contract; 52.005-4401 Release of Information; 52.032-4418 Tax Exemption Certification. A copy of the full test of these provisions will be made available upon request. (xiii) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as: None. (xiv) The following notes apply to this announcement: None. (xv) Offers are due by close of business on 03 December 2009, at the US Army Research, Development and Engineering Command Contracting Center, US Army Research Laboratory, CRD-AD-WS, Bldg 1624, White Sands Missile Range, NM 88002-5512 or via email hortensia.tellez@arl.army.mi. (xvi) For information regarding this solicitation, please contact Hortensia E. Tellez at 575-678-0697 or email at hortensia.tellez@arl.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5420b4909fab34f51a932ea7143e87d4)
 
Place of Performance
Address: RDECOM Contracting Center - Adelphi (RDECOM-CC) ATTN: AMSRD-ACC, 2800 Powder Mill Road Adelphi MD
Zip Code: 20783-1197
 
Record
SN02007783-W 20091121/091120000224-5420b4909fab34f51a932ea7143e87d4 (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.