SOLICITATION NOTICE
59 -- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS
- Notice Date
- 7/10/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NSWC Dahlgren Division, 17362 Dahlgren Road, Suite 157, Dahlgren, Virginia, 22448-5100, United States
- ZIP Code
- 22448-5100
- Solicitation Number
- N0017814R3039
- Archive Date
- 8/9/2014
- Point of Contact
- Deborah Dobson, Phone: 540-653-4204
- E-Mail Address
-
deborah.dobson@navy.mil
(deborah.dobson@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- This synopsis/solicitation is being posted to both the Federal Business Opportunities (FBO) page located at http://www.fbo.gov and the Navy Electronic Commerce on Line (NECO) site located at http://www.neco.navy.mil. While it is understood that FBO is a single point of entry for posting of synopsis and solicitations to the internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access the information posted by the Naval Sea Systems Command. 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. Synopsis/Solicitation N00178-14-R-3039 is issued as a Request for Quotation (RFQ). The synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular. The Naval Surface Warfare Center, Dahlgren Division (NSWCDD), intends to procure, on a full and open competition an RF Test Set. CLIN 0001: Qty. 1 - RF Test Set in accordance with the following specifications: SPECIFICATIONS FOR RF TEST SET • Portable system • Battery powered • Minimum Operating Time on Battery: 6hrs. • Capability for an extension cable between control unit and sensor head • Capability to be controlled by laptop using intuitive graphical user interface for RF Signal Generation • Capability to radiate CW, pulsed, and both analog and digitally modulated signals • User data can only be stored on removable media (unit is unclassified on power down with media removed) • Removable media should not be a USB flash drive • Radiated signals should utilize directional antennas • Frequency range: 10MHz-40GHz • Frequency accuracy: +/-100kHz for single output • Minimum pulse width: 50ns • PRI range: 10us to 100ms • Number of emitters: Eight, fully independent in frequency, pulse width, pulse repetition interval • Frequency modulation: Bi-phase, chirp, jitter, and hop • PRI/PW modulations: Complete agility through standard models (sinusoidal, triangle, ramp, and others) and the ability for user defined modulations (triplets, doublets, and custom patterns) • Dual modulation capability: AMOP and FMOP • Digital modulation: PSK, QPSK, BPSK, FSK • Scan Modulations: Fully programmable advanced modulations including circular, conical, and raster • Spurious Harmonics: not to exceed -50dBc • Effective Radiated Power: +20dBm up to 18GHz; +40dBm up to 40GHz Unit of Issue for CLIN 0001 shall be EACH. Delivery Terms shall be FOB Destination (Dahlgren, VA) Delivery Time shall be 180 days ARO or better. The following provisions and clauses are applicable to this procurement: The provision at 52.212-1, Instruction to Offerors-Commercial, applies to this acquisition. The provision at 52.212-2, Evaluation-Commercial Items, applies to this acquisition. 52.212.2, Paragraph A (Evaluation Criteria in order of importance) is as follows: Lowest cost, technically acceptable quote will receive award. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with their offer. 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 clause at 252.211-7003, Item Identification and Valuation-applies to this acquisition. The clause at Sea HQ C-2-0024, Extension of Commercial Warranty (NAVSEA)-applies to this acquisition. Simplified Acquisition Procedures (SAP) will be utilized for award in accordance with FAR Part 12. The order shall be firm fixed price. DFAR 252.232-7003 (Electronic Submission of Payment Requests and Receiving Reports) is applicable to this purchase. All responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. In order to be eligible for award, firms must be registered in the System for Award Management (SAM). Offerors may obtain information on registration in SAM by calling 866-606-8220, or via the Internet at https://www.sam.gov. Quote is due 25 July 2014, no later than 12:00 p.m. (local NSWCDD time) with an anticipated award date by 26 August 2014. Questions and responses regarding this synopsis/solicitation may be submitted by Email to Deborah.dobson@navy.mil. Email should reference Synopsis/Solicitation Number N00178-14-R-3039 in the subject line.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00178/N0017814R3039/listing.html)
- Record
- SN03421687-W 20140712/140711000059-feda184ab04e71a6b571100e8430a19f (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 |