Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 08, 2011 FBO #3666
SOLICITATION NOTICE

66 -- PORTABLE SIGNAL GENERATORS WITH POWER CORDS

Notice Date
12/6/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC12414524Q
 
Response Due
12/19/2011
 
Archive Date
12/6/2012
 
Point of Contact
Bernadette J. Kan, Contract Specialist, Phone 216-433-2525, Fax 216-433-2480, Email Bernadette.J.Kan@nasa.gov
 
E-Mail Address
Bernadette J. Kan
(Bernadette.J.Kan@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
This notice is a combined synopsis/solicitation for commercial items prepared inaccordance with the format in FAR Subpart 12.6, as supplemented with additionalinformation included in this notice. This announcement constitutes the onlysolicitation; offers are being requested and a written solicitation will not be issued.This notice is being issued as a Request for Quotations (RFQ) for 2 EACH 40 GHz PortableSignal Generators with power cords as described as follows: TWO (2) each highly portable40-GHz Synthesized Signal Generators that will be used with the existing test equipmentfor signal level calibration of a test set during setup in the field. The instrumentsshall meet or exceed all of the following Minimum Technical Specifications.Frequency Range: 10 MHz to 40 GHz, Tuning Resolution is less than or equal to 1 Hz,Tuning / Switching Speed less than 10 ms. Output Power: Power Range +15 dBm to -35-dBm (minimum), less than or equal to -65 dBmMuted.Resolution: less than or equal to 0.1 dB stepsAbsolute Accuracy +/- 2.0 dBOutput Impedance- 50 OhmsNote: The Instrument shall include an output mute feature which significantly reduces(turns off) the output signal level. When muted the output level shall be less than -65dBm.Signal Purity:SSB Phase Noise less than -85 dBc/Hz at 10 KHz offset over full freq range, and lessthan -85 dBc/Hz for offsets greater than 10 KHz.Spurious (non-harmonics) less than -50 dBc at +10dBm, over full frequency range.Harmonics less than -30 dBc at +10dBm, over full frequency range.Frequency Reference: Internal Reference Accuracy less than or equal to 1.5 ppmExternal Reference: 10-MHz Frequency Reference Input.Note, when the internal frequencyreference is used, the internal frequency reference shall be available as an output forphase locking of other instruments.Environment: Temperature Range Operational 0 to 35 degrees C, Temperature Range Storage -20 to 70 degrees C.Power Supply: Input power 100-240 VAC, 50 to 60 Hz, < 200-WattsGeneral: The RF output connector shall be a 2.92-mm Female connector (Sometimes referredto as a 'K' connector). The instrument shall include a front panel display. The displayshall show the following minimum information: 1) current output frequency, 2) currentoutput power level in dBm, 3) current output state (RF On / RF Off). This display shallbe backlit for use in poor lighting conditions and readable in full direct sunlight. Theinstrument shall include front panel mounted controls (knobs, switches, push buttons,etc.). The controls shall permit adjustment of the following functions: 1) output centerfrequency, 2) output power level, 3) toggle the output on and off, and 4) instrumentpower switch. The instrument enclosure shall include a handle or strap for carrying theinstrument, and rubber (or equivalent) feet on the bottom to restrict the instrument fromsliding on smooth surfaces. An adjustable 'tilt-bail' handle which can be positioned foruse as a stand is preferred, allowing the position of the instrument to be adjusted foreasy view of the front panel of the instrument. Size and Weight: The maximum instrumentdimensions shall be 15' x 15' x 10'. The instrument shall weigh less than 15-lbs(including power supply).The instrument shall include a remote control capability using an Ethernet Interface.The instrument shall support Standard Commands for Programmable Instruments (SCPI)formatted commands and responses.The instrument shall support the following minimum commands over the remote controlinterface: 1) identify instrument - '*IDN?', 2) set frequency, 3) set amplitude, 4) readfrequency, 5) read amplitude, 6) query faults.Used and/or refurbished equipment is NOT acceptable.The provisions and clauses in the RFQ are those in effect through FAC 2005-54. The NAICS Code and the small business size standard for this procurement are 334515, 500employees respectively. The offeror shall state in their offer their size status forthis procurement.All responsible sources may submit an offer which shall be considered by the agency.Delivery to NASA Glenn Research Center, 21000 Brookpark Road, Cleveland OH 44135 isrequired within 70 days ARO. Delivery shall be FOB Destination.Offers for the items(s) described above are due by 4:30 p.m. EST, December 19, 2011 toNASA Glenn Research Center, ATTN: Bernadette Kan MS 60-1, 21000 Brookpark Road, ClevelandOH 44135 and must include, solicitation number, FOB destination to this Center, proposeddelivery schedule, discount/payment terms, warranty duration (if applicable), taxpayeridentification number (TIN), identification of any special commercial terms, and besigned by an authorized company representative. Offerors are encouraged to use theStandard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL:http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml Offerors shall provide the information required by FAR 52.212-1 (JUNE 2008), Instructionsto Offerors-Commercial Items, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in theclause entitled 'Buy American Act -- Supplies,' the offeror shall so state and shall listthe country of origin.FAR 52.212-4 (JUNE 2010), Contract Terms and Conditions-Commercial Items is applicable. Addenda to FAR 52.212-4 are as follows: 52.247-34 F.o.b. Destination. (NOV1991),1852.215-84 Ombudsman. (OCT 2003), 1852.223-72 Safety and Health (Short Form). (APR2002), 1852.225-70 Export Licenses. (FEB 2000)FAR 52.212-5 (MAR 2011), Contract Terms and Conditions Required To Implement Statutes orExecutive Orders-Commercial Items is applicable and the following identified clauses areincorporated by reference: 52.204-10 Reporting Executive Compensation andFirst-Subcontractor Awards (JUL 2010) (Pub. L. 109-282)(31 U.S.C. 6101 note), 52.209-6Protecting the Governments Interest when Subcontracting with Contractors Debarred,Suspended or Proposed for Debarment (DEC 2010) (31 U.S.C. 6101 note). (Applies tocontracts over $30,000). (Not applicable to subcontracts for the acquisition ofcommercially available off-the-shelf items), 52.209-10, Prohibition on Contracting withInverted Domestic Corporations (section 740 of Division C of Public Law 111-117, section743 of Division D of Public Law 111-8, and section 745 of Division D of Public Law110-161), 52.219-28 Post Award Small Business Program Rerepresentation (APR 2009) (15U.S.C. 632(a)(2)), 52.222-3 Convict Labor (JUN 2003) (E.O. 11755), 52.222-19, ChildLabor--Cooperation with Authorities and Remedies (JUL 2010) (E.O. 13126), 52.222-21Prohibition of Segregated Facilities (FEB 1999), 52.222-26 Equal Opportunity (MAR2007)(E.O. 11246), 52.222-36, Affirmative Action for Workers with Disabilities (OCT2010) (29 U.S.C. 793),52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C.7104(g)), 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving(AUG 2011). (E.O. 13513), 52.225-1, Buy American Act - Supplies (FEB 2009) (41 U.S.C.10a-10d), 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s,proclamations, and statutes administered by the Office of Foreign Assets Control of theDepartment of the Treasury), 52.232-33, Payment by Electronic Funds Transfer - CentralContractor Registration (MAY 1999) (31 U.S.C. 3332).The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm All contractual and technical questions must be in writing (e-mail or fax) to BernadetteKan not later than December 15, 2011.Telephone questions will not be accepted.Selection and award will be made to that offeror whose offer will be most advantageous tothe Government, with consideration given to the factors of proposed technical merit,price, and past performance. It is critical that offerors provide adequate detail toallow evaluation of their offer. (SEE FAR 52.212-1(b).Offerors must include completed copies of the provision at 52.212-3 (MAR 2011), OfferorRepresentations and Certifications - Commercial Items with their offer. These may beobtained via the internet at URL:http://rcb.cancer.gov/rcb-internet/SAP/52-212-3plusadd.pdf. Theserepresentations and certifications will be incorporated by reference in any resultantcontract.An ombudsman has been appointed -- See NASA Specific Note 'B'.Prospective offerors shall notify this office of their intent to submit an offer. It isthe offeror's responsibility to monitor the following Internet site for the release ofsolicitation amendments (if any):http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22.Potentialofferors will be responsible for downloading their own copy of this combinationsynopsis/solicitation and amendments (if any).Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNC12414524Q/listing.html)
 
Record
SN02634031-W 20111208/111206234146-47737b86977769d1c74699ec97d54272 (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.