MODIFICATION
66 -- Microwave Measurement Suite
- Notice Date
- 7/24/2017
- Notice Type
- Modification/Amendment
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- Department of Commerce, National Institute of Standards and Technology (NIST), NIST AMD Boulder, 325 Broadway, Boulder, Colorado, 80305, United States
- ZIP Code
- 80305
- Solicitation Number
- NB686050-17-03454
- Archive Date
- 8/15/2017
- Point of Contact
- Michael G. Fredericks, Phone: 3034977763
- E-Mail Address
-
michael.fredericks@nist.gov
(michael.fredericks@nist.gov)
- Small Business Set-Aside
- N/A
- Description
- Solicitation NB686050-17-03454 Microwave Measurement Suite Attached is the Specifications describing the requirements for solicitation NB686050-17-03454 for a Microwave Measurement Suite Please submit a firm fixed price quote for this item that meet the attached specifications. All shipping and handling charges should be included in the firm fixed price. Delivery and Inspection & Acceptance: Destination. This Request for Quotation (RFQ) is conducted under the authority of FAR 13, Simplified Acquisition Procedures and FAR part 12, with NAICS code 334515, Microwave Measurement Equipment, and small business size standard of 750 employees. This will be solicited as Full and Open competition. All communications and documents must include the solicitation # NB686050-17-03454. Please email your quote to michael.fredericks@nist.gov. (complete unit and total price below) CLIN Nomenclature Qty Unit Price Total Price 0001 Microwave Measurement 1 ea $ $ Suite per attached Specifications This solicitation will close on Monday, July 31, 2017 at 3 pm Mountain Time. Your quote must meet the following information: • Information sufficient to demonstrate you can meet or exceed the requirements in the Specifications. • Firm fixed price quote for the Microwave Measurement Suite including a 12-month Warranty • Payment Terms: Net 30. • The requested delivery is 30 Days after receipt of order (ARO) or earlier. • FOB Destination including delivery cost for delivery to NIST, 325 Broadway, Boulder, CO 80305. Delivery point of contact will be provided upon award. • Provided Company DUNS No. In order to be eligible for this award, the offeror must have and maintain an active registration at the System for Award Management at www.sam.gov., and have completed Representations and Certifications therein. BASIS OF AWARD: Award shall be made to the vendor with the lowest priced, technically acceptable quote. 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. Failure to clearly and unambiguously demonstrate this will result in an “unacceptable“ technical rating. 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 deliverable schedule. FAR 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. (Quotes shall be evaluated in accordance with the criteria shown above). The vendor 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. In order to be eligible for this award, the vendor must be registered with the System for Award Management at www.sam.gov., and have completed the Representations and Certifications therein for the specified NAICS code, or submit separate Representations and Certifications if the specified NAICS code is not listed in their SAM registration. 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. Additional FAR 52.212-5 clauses cited in the clause applicable to this acquisition are: 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 52.222-50, Combating Trafficking in Persons 52.223-18, Contractor Policy to Ban Text Messaging While Driving 52.225-1, Buy American-Supplies 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer 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 52.232-15, Progress Payments Not Included CAR 1352.233-70, Agency Protests CAR 1352.233-71, GAO and Court of Federal Claims Protests 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 FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors. FAR 52.247-34, FOB Destination CAR 1352.201-70, Contracting Officer’s Authority CAR 1352.209-73, Compliance with the Laws CAR 1352.209-74, Organizational Conflict of Interest 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, 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 (1) 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. (2) 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. (3) The contract number AND CONTRACT LINE ITEM NUMBER (CLIN) OR ORDER ITEM NUMBER shall be placed on the exterior of all containers. If you have any questions, please do not hesitate to contact Michael G. Fredericks at michael.fredericks@nist.gov. Specifications NB686050-17-03454 Microwave Measurement Suite BACKGROUND: The Advanced Microwave Photonics Group is developing a measurement testbed for superconducting quantum microwave circuits at cryogenic temperatures. These measurements require a microwave measurement suite which includes a four-port microwave vector network analyzer with three compatible microwave signal generators. There are very strong constrains on the specifications of both the vector network analyzer and the signal generators. The vector network analyzer must have 4 ports and operate from 100 kHz to 20 GHz, with the ability to perform frequency conversion. The signal generators must operate from 1MHz to 12.75 GHz and have good phase noise performance, very fine power control (~0.01 dB), high power output (>20 dBm), large dynamic range (> 140 dB), and provide a 1 GHz clock. Purpose The microwave testbed will be used to perform a vector calibration and verification of superconducting parametric microwave quantum circuits. This testbed will require a dedicated, high performance set of microwave equipment including signal generators and an analyzer, which must be compatible and phase coherent with each other. This suite of equipment must meet the technical specifications below. Although these specifications will suffice for near-term characterization measurements, we anticipate a need to extend the frequency range of the synthesizers (up to 20 GHz) as well as introduce vector modulation capabilities in the future. We therefore will value any options to extend the capabilities of the synthesizers. Technical Specifications We require one microwave vector network analyzer, with the following requirements: Frequency 100 kHz to 20 GHz 4 port High output power: > 20 dBm Frequency resolution: 1 Hz Number of measurement points: > 100,000 Measurement bandwidth: 1 MHz Dynamic range: > 100 dB Must be configurable for frequency converting measurements Must be compatible with signal generators We also require 3 microwave signal generators with the following requirements: · Frequency: 1 MHz to 12.75 GHz · Fine power control: 0.01 dB · High output power: > +20 dBm · Large dynamic range: > 140 dB · Low wideband phase noise: < -145 dBc (10 GHz carrier, 30 MHz offset) · Must provide 1 GHz clock for phase locking · Options to extend frequency range and add vector modulation
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/898d2470284181e1935f36c058720cdd)
- Place of Performance
- Address: NIST, 325 Broadway, Boulder, Colorado, 80305-3328, United States
- Zip Code: 80305-3328
- Zip Code: 80305-3328
- Record
- SN04593340-W 20170726/170725085824-898d2470284181e1935f36c058720cdd (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 |