Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 06, 2010 FBO #3116
SOLICITATION NOTICE

W -- SPECTRUM ANALYZER

Notice Date
6/4/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
 
ZIP Code
93524-1185
 
Solicitation Number
FA930210MK027
 
Archive Date
6/26/2010
 
Point of Contact
Christopher Griffin, Phone: 661-277-9559
 
E-Mail Address
christopher.griffin@edwards.af.mil
(christopher.griffin@edwards.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Notice Information Solicitation: F1S1AB9029B001 Agency/Office: Air Force Materiel Command Location: AFFTC - AF Flight Test Center Title: Spectrum Analyzer Description(s): This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. This is a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-41 and DFARs Change Notice (DCN) 20100519. This is a Brand Name or Equal Acquisition. Award will be made to the lowest priced, technically acceptable offer that meets the salient characteristics listed below. 90 day rental of a DC-8GHz Real-Time Spectrum Analyzer. Salient Characteristics: 3.0GHz External preamplif/65.5Msample memory FMT/Digitial IQ output/Removable HDD/Advanced Measurements Sui. In addition to the removable hard-drives there is a need for (3) additional imaged drives to measure at multiple classification levels. The Real-Time Spectrum Analysis needs to provide seamless capture of time-varying, transient or periodic RF signals. Time-correlated, simultaneous view of time, frequency, and modulation domains. The applications need to include, system integration of WLAN, radar and pulsed RF Signal characterization, RFID, Phase noise and jitter analysis, multi-carrier 3G and 4G, Analyze Time Variant Behavior of Cognitive Radio and Software Defined Radio Systems. DPX displays transients: >48,000 Spectrums/sec update rate at 31 usec Min. Duration; Real-time Capture bandwidth: 36MHz; Memory: Optional modulation analysis is to include: BPSK, QPSK, 8 PSK, 16QAM, 64QAM, 256QAM, GMSK, pi.4DQPSK, DQPSK, D8PSK; Windows XP Operating System; Frequesncy resouluition:0.1Hz; RBW range: 1Hz to 55MHz, (1,2,3,5 sequence, auto-coupled) or user defined; Phase noise at 10kHz offset -112dBc CF = 1GHz; 140dBc at 10MHz; DANL: -15dBm/Hz; ACLR (3GPP 1 DPCH): 72dB; Internal storage: HDD, FDD Optional Removable HDD GPIB Interface: IEEEE 488.2; LAN Interface (Ethernet - 10/100 Base-T (Std.); USB 2.0, two ports in rear, 1 USB 2.0 and 1 USB 1.1 in the front panel; Input connector 50ohm, type N IQ Inputs Option 40 MHz BW Differential Inputs; IF Outputs; Standard, 421 MHz, 40 MHz BW Digital I and Q Output Option Bandwith; Up to 36 MHz BW Ship Date: 1 WARO. FOB: Destination Edwards AFB CA 93524. Please note that this synopsis is for planning purposes only and does not constitute a solicitation for competitive bids/proposals and is not to be construed as a commitment by the Government. However, all interested parties who believe they can meet the requirements are invited to submit in writing complete information describing their ability to provide the same product or equivalent, listed above. Firms responding to this notice must identify their company's capabilities to perform the requirements described herein, reference the number and indicate whether or not that they are a small business concern as defined in FAR 52.219-1. The NAICS code is 532490. The Small Business size standard is 500. The following provisions and clauses apply: Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this synopsis. CONTRACTORS MUST COMPLY WITH FAR 52.204-7 CENTRAL CONTRACTOR REGISTRATION (OCT 2003), DFARS 252.204-7004, ALTERNATE A (NOV 2003); ONLINE REPRESENTATIONS & CERTIFICATION (ORCA) (JAN 2005); & DFARS 252.212-7000, REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS (NOV 1995). TO REGISTER WITH CCR, GO TO URL: https://www.ccr.dlsc.dla.mil/. ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) MUST BE COMPLETED. USE OF ORCA BECAME MANDATORY 01 JANUARY 2005. CONTRACTORS CAN ACCESS ORCA THROUGH CCR BY INTERNET URL: http://www.ccr.gov/. Further Information on ORCA may be obtained from the ORCA Help Menu,. This help menu includes ORCA background information, frequently asked questions (FAQ), and the ORCA Handbook, 52.212-3 Alternate I, 52.225-4, 52.225-4 Alternate I, 52.222-22, 52.222-25, and 252.212-7000 with their offer. 52.252-1 -- Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil. Provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Provision at 52.212-2 -- Evaluation -- Commercial Items. (Jan 1999) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement (ii) price 52.212-3 Offeror Representations and Certifications -- Commercial Items 52.219-8 Utilization of Small Business Concerns 52.222-22 Previous Contracts and Compliance Reports 52.222-25 Affirmative Action Compliance 52.222-26 Equal Opportunity 52.225-4 Buy American Act -- North American Free Trade Agreement -- Israeli Trade Act Certificate 52.225-4 Alternate I 252.212-7000 Offeror Representations and Certifications--Commercial Items 52.252-2 Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil. 52.211-6 Brand Name or Equal 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes 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 Trafficking 52.225-3 Buy American Act -- North American Free Trade Agreement 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer--Central 52.233-3 Protest after Award 52.233-4 Applicable Law for Breach of Contract Claim 252.211-7003 Item Identification and Valuation 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.225-7001 Buy American Act, Balance of Payment Program 252.232-7003 Electronic Submission of Payment Requests 252.232-7010 Levies 252.247-7023 Transportation of Supplies by Sea 252.247-7023 Alternate III (MAY 2002) 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) 5352.201-9101 Ombudsmen. Offers are due at the Air Force Flight Test Center, Directorate of Contracting, 5 South Wolfe Avenue, Edwards AFB, CA, 93524 (Attn: Chris Griffin @ 661-277-9559), no later than Close of Business (COB) 11 Jun 2010 at 4:30 pm PST. Faxed transmissions of quotes are acceptable. Fax #: 661-277-0470 (please call and verify that I have received the fax) or e-mail Christopher.griffin@edwards.af.mil. Primary Point of Contact: Chris Griffin Secondary Point of Contact: Joel Fada Contracting Office Address: 5 S WOLFE AVE Edwards AFB, California 93524-1185 United States Place of Contract Performance: EDWARDS AFB EDWARDS AFB, California 93524 United States
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/FA930210MK027/listing.html)
 
Record
SN02168379-W 20100606/100604234444-37280b327c9979ebd100a77bd5eecee7 (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.