Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 23, 2015 FBO #5021
SOLICITATION NOTICE

66 -- Brand Name Only NI Wireless Channel Emulator Hardware - Brand Name Only JOFOC

Notice Date
8/21/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B130, Gaithersburg, Maryland, 20899-1410, United States
 
ZIP Code
20899-1410
 
Solicitation Number
NB672020-15-03205
 
Archive Date
9/15/2015
 
Point of Contact
Angela L. Hitt, Phone: 3034977305
 
E-Mail Address
angela.hitt@nist.gov
(angela.hitt@nist.gov)
 
Small Business Set-Aside
N/A
 
Description
Brand Name Only JOFOC This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. This solicitation, NB672020-15-03205, is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83. The associated North American Industrial Classification System (NAICS) code for this procurement is 334515, with a small business size standard of 500 employees. This requirement is Brand Name for National Instruments (NI). This is unrestricted and all interested parties may submit a quotation and is being issued using the simplified acquisition procedures under the authority of FAR 13.5 test program for certain commercial items. This combined synopsis/solicitation is for the following commercial item(s): CLIN 0001: Brand Name Only National Instruments (NI) One (1) Set of Wireless Channel Emulator Hardware Description of requirements for the items to be acquired: National Institute of Standard and Technology's (NIST) Communications Technology Laboratory, RF Technology Division is in the process of expanding its research efforts related to spectrum sharing and software defined radios. This research spans a broad area covering topics associated with distributed spectrum sensing, signal propagation, interference between devices, and evaluating a device's ability to share spectrum. As we explore each of these topics, it is crucial that we have the ability to emulate a wireless channel; similar to those experienced by communication signals in the real-world. Additionally, the hardware and software used for our experiments should be general in nature, that is, reconfigurable to perform a variety of tasks. In the context of a channel emulator, having a set of hardware that can be reconfigured to test a variety of channel scenarios (MIMO, dynamic fading, etc.) will enable us to develop and test the next generation of channel models and metrics. To facilitate real-time, radiated testing a channel emulator needs to be able to digitize a radiated signal, digitally pass it through a simulated channel, and then re-radiate it. NIST envisions this system consisting of the following key components: four RF vector signal transceivers with on-board FPGA capabilities, independent user-programmable FPGAs, a chassis-type configuration (as opposed to rack mounting each individual transceiver) with an embedded computer capable of controlling each of the transceivers. Because real-time processing is key, the ability to move data within different components on the chassis is key. The chassis system will also contain an embedded controller such that the use of an external PC is not required. As this is a research effort, it is difficult to define exactly what types of channels we will need to simulate. Therefore, NIST is focused on procuring the hardware required to accomplish our goals. NIST will be responsible for developing software associated with replicating wireless communications channels, and/or replicating existing channel models used within industry. The Contractor need only provide a basic set of software to interface with the hardware. This is described in detail in Technical Specifications. The Contractor shall provide all components for one (1) set of Wireless Channel Emulator Hardware (Brand Name Only National Instruments) that meets the following minimum technical requirements. The Contractor shall deliver the system, and warranty it, as described below. TECHNICAL SPECIFICATIONS: 1. The channel emulator system shall have four RF channels. A channel is defined as a RF transceiver - a device that is capable of either transmitting or receiving a RF signal. 1.1. At a minimum, each RF channel shall be able to operate from 100 MHz to 6 GHz. 1.2. Each channel shall have a minimum instantaneous transmitting or receiving bandwidth of at least 20 MHz across the full frequency range of operation, and at least 200 MHz of instantaneous bandwidth between 200 MHz and 6 GHz. 1.3. When configured as a receiver, the average noise floor of each RF channel shall not exceed -140 dBm (for a signal at any frequency, with the input port terminated and a -10 dBm reference level). 1.4. When configured as a transmitter, each RF channel shall be capable of outputting at least +10 dBm (CW) for signals less than 4 GHz and +7 dBm (CW) for signals greater than or equal to 4 GHz. 1.5. The input/output port of each RF channel shall have either a SMA, 3.5 mm or Type-N connector. All RF channels must have the same type of output connector. Regardless of the output connector type, it shall have a nominal impedance of 50 ohms. 2. Each of the four RF channels shall have a user-programmable FPGA that is co-located with the RF hardware (an external FPGA will be discussed later). 3. To enable the real-time processing of RF signals after they have been digitized, there shall be one user-programmable FPGA external to the RF hardware for each RF transceiver. That is, for four RF transceivers, there shall be four independent (in the processing sense) FPGAs. These FPGAs shall be external to the RF hardware, but must all be installed in the same chassis. 3.1. Each external FPGA shall have at least 2 GB of onboard RAM and be capable of streaming at least 3 GB/s of data back to the embedded host controller. 3.2. Each external FPGA shall be capable of receiving streaming data from any of the RF transceivers located in the chassis. That is, data may go directly from the RF acquisition hardware to the external FPGA without passing through the embedded computer first. This feature is sometimes referred to as "peer-to-peer streaming." 4. To control the chassis, RF hardware, and FPGAs, an embedded computer shall be included and installed in the chassis. The computer shall meet the following requirements: 4.1. Utilize a 64-bit CPU with at least eight cores and a clock frequency of at least 2.0 GHz. 4.2. Utilize at least 16 GB of RAM, but be expandable to at least 24 GB. 4.3. Contain a hard drive of at least 200 GB in size. 5. The embedded computer shall contain software (and appropriate licensing) require to control and configure the RF hardware, and develop and load software onto the individual FPGAs. 5.1. To enable easy verification of some basic measurements, the provided software shall also contain a soft-panel interface for basic spectrum analysis and signal generation. 5.2. From a licensing perspective, there shall be no limitation on the number of times code can be loaded onto the FPGA, or the number of signals that can be digitized and subsequently generated. That is, the software licensing provided shall allow for an indefinite number of signals to be digitized or analyzed over the lifetime of the system. 6. The chassis used to hold and control this multi-channel system shall meet the following general requirements: 6.1. The chassis shall be mountable in a conventional 19" equipment rack. 6.2. The chassis shall not require more than 15 amps at 120 VAC at 60 Hz. 6.3. The chassis shall have a total backplane throughput capacity of at least 24 GB/s (each direction). 7. The chassis shall ship assembled and have completed a basic power-up test prior to arrival at NIST. 8. The Contractor shall use only new equipment. The use of refurbished or used equipment is not permissible. 9. The Contractor shall include any necessary cables for connecting the system to conventional U.S. power outlets. 10. The Contractor shall include the cost of shipping the completed system to the NIST site in Boulder, CO. WARRANTY: The Contractor shall provide, at a minimum, a three year warranty for the system. The warranty shall cover all parts, labor, routine calibration services, and return shipping expenses (from the manufacturer to NIST). The warranty shall commence upon delivery of the system. The calibration services shall include measurement performance verification (with uncertainty estimates), and necessary adjustments to the hardware. The calibration shall be performed by a laboratory that is accredited to ISO 17025 and is compliant with ANSI Z540. The required delivery is 50 days After Receipt of Order (ARO). FOB Destination for delivery is NIST, 325 Broadway, Boulder, CO 80305. Delivery point of contact will be provided upon award. Shipping shall be included. DELIVERABLES: Description Quantity Due Date Wireless Channel Emulator Hardware One (1) system No later than 50 days after award of this requirement. PERFORMANCE REQUIREMENT SUMMARY: Through inspection and basic tests, NIST will verify that all of the performance standards in this statement of work have been met. BASIS OF AWARD: Award shall be made to the lowest priced, technically acceptable quoter. This will be a firm fixed price purchase order to the responsible contractor submitting a quote that meets all of the requirements of this RFQ and who has the lowest price. TECHNICAL CAPABILITY: Evaluation of Technical Capability will be based on the information provided in the quotation. Documentation submitted in the quotation shall be evaluated to determine that the proposed equipment meets or exceeds the Governments minimum required specifications. PRICE: Price shall be evaluated for reasonableness. The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Offerors shall meet the technical specifications and deliverable schedule. Price shall include cost of shipping. FAR 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. (Quotes shall be evaluated in accordance with the criteria shown above). The quoter must have completed the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items. Reps and certs must be uploaded to the System for Award Management at www.sam.gov. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items applies to this acquisition. Commercial Items including subparagraphs: 52.203-6, Restriction on Subcontractor Sales to the Government with Alternate 1 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations 52.219-8, Utilizing of Small Business Concerns 52.219-28, Post Award Small Business Program Re-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 Veterans 52.222-36, Affirmative Action for Workers with Disabilities 52.222-37, Employment Reports for Veterans 52.222-40, Notification of Employee Rights Under the National Labor Relations Act 52.222-50, Combating Trafficking in Persons 52.223-18, Contractor Policy to Ban Text Messaging While Driving 52.225-1, Buy American Act-Supplies 52.225-5, Trade Agreements Act 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim The following provisions and clauses are also incorporated by reference into this solicitation: FAR 52.232-13, Notice of Progress Payments FAR 52.232-16, Progress Payments FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors FAR 52.247-34, FOB Destination FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) 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/these address(es): at http://acquisition.gov/comp/far/index.html and http://www.osec.doc.gov/oam/acquistion_management/policy/default.htm FAR 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/these address(es): http://acquisition.gov/comp/far/index.html and http://www.osec.doc.gov/oam/acquistion_management/policy/default.htm CAR 1352.201-70, Contracting Officer's Authority CAR 1352.201-72, Contracting Officer's Representative (COR) CAR 1352.209-73, Compliance with the Laws CAR 1352.209-74, Organizational Conflict of Interest CAR 1352.213-70, Evaluation Utilizing Simplified Acquisition Procedures CAR 1352.215-70, Proposal Preparation CAR 1352.233-70, Agency Protests CAR 1352.233-71, GAO and Court of Federal Claims Protests CAR 1352.246-70, Place of Acceptance (a) The Contracting Officer or the duly authorized representative will accept supplies and services to be provided under this contract. (b) The place of acceptance will be: NIST, 325 Broadway - Shipping and Receiving, Boulder, CO 80305 NIST LOCAL-04 BILLING INSTRUCTIONS (a) NIST prefers electronic Invoice/Voucher submissions and they should be emailed to INVOICE@NIST.GOV. (b) Each Invoice or Voucher submitted shall include the following: (1) Contract Number. (2) Contractor Name and Address. (3) Date of Invoice. (4) Invoice Number. (5) Amount of Invoice and Cumulative Amount Invoiced to-date. (6) Contract Line Item Number (CLIN). (7) Description, Quantity, Unit of Measure, Unit Price, and Extended Price of Supplies/Services Delivered. (8) Prompt Payment Discount Terms, if Offered. (9) Any other information or documentation required by the contract. (c) In the event electronic submissions are not used, The Contractor shall submit an original invoice or voucher in accordance with the payment provisions of this contract to: NIST: Accounts Payable Office 100 Bureau Drive, Mail Stop 1621 Gaithersburg, MD 20899-1621 NIST LOCAL-39 Marking/Packing Instructions If the total contract/order includes multiple quantities of the same or like item(s), segregated as separate CLIN/Item numbers, deliverables shall be packed accordingly. Each individual package/container in the shipment shall include deliverables on a per-CLIN or Item basis. For each shipment made under this contract/order, the Contractor shall furnish itemized packing list(s), enumerating the specific contents of each shipping container and what specific individual components constitute a full and complete "unit" for each bid item. The packing list shall include the brief description of each item found in the schedule. If more than one container is required for each unit, each container should be marked accordingly, e.g., "Box 1 of 2," "Box 2 of 2" and the boxes, where feasible, should be taped or shrink-wrapped together as an issuable unit. The contract number and CONTRACT LINE ITEM NUMBER (CLIN) OR ORDER ITEM NUMBER shall be placed on the exterior of all containers. The Contractor shall submit a Quote, to be received no later than 4 p.m. Mountain Time, Tuesday, September 1, 2015, and must include the following: Company name, address, phone numbers, DUNS number, itemized quote including all minimum specifications. Quotes shall be delivered via email to angela.hitt@nist.gov. Please direct any questions regarding this solicitation to Angela Hitt at angela.hitt@nist.gov no later than 11:00 a.m. Mountain Time, Monday, August 31, 2015.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/NB672020-15-03205/listing.html)
 
Place of Performance
Address: U.S. Department of Commerce, National Institute of Standards and Technology (NIST), Acquisitions Management Division, 325 Broadway, Boulder, Colorado, 80305, United States
Zip Code: 80305
 
Record
SN03849690-W 20150823/150821235158-0b7eacd0e3d8b73a586198c833d1116d (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.