Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 23, 2020 SAM #6720
SOLICITATION NOTICE

70 -- Custom NRE

Notice Date
4/21/2020 11:18:22 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
USDA ARS SEA AAO ACQ/PER PROP STONEVILLE MS 38776 USA
 
ZIP Code
38776
 
Solicitation Number
12405B20-999485
 
Response Due
4/29/2020 2:00:00 PM
 
Archive Date
05/14/2020
 
Point of Contact
Lynn S. Hults, Phone: 9792609376
 
E-Mail Address
lynn.hults@usda.gov
(lynn.hults@usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
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; quotes are being requested and a written solicitation will not be issued. Solicitation number 12405B20-99485 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83. This solicitation will be a 100% Total Small Business Set-Aside. The associated NAICS code is 423430 (Computer and Computer Peripheral Equipment and Software Merchant Wholesalers), with a small business size standard of 250 Employees. Specifications: With the following minimum specifications: STATEMENT OF WORK Summary Statement of Work � � 1. HARDWARE DESIGN � Custom motherboard compatible with a Vega board, with form factor, connector and mounting hole locations to match a Vega board. Power supply design, including switching and linear regulators, to power the board and provide +5V to the PMT. PMT control circuit design: 0 to +2.5V 16-bit voltage DAC, software controlled via I2C from the board. � � 2. FIRMWARE DESIGN � 80 MSPS sampling rate, RC tail pulse processing, and on-board USB communications (mini-USB connector). Allow custom spectrum sorting based on input GATE signal � 3. SOFTWARE DESIGN � Update Handel DLLs to support multi-spectrum readout from compatible board. Incorporate updated ProSpect sofware for multi-spectrum display, and add setting for PMT control voltage. � Draft Specifications � 1. Physical Board Size: 5.2� x� 2.632�. Analog input and detector control connectors are located at one end, and USB connector, input power, and digital I/O connectors are on the other end. Fixing locations same as a Vega board. Board thickness: 0.0625� nominal Maximum component height: Similar to a Vega board. 2. Connectors and Switch Detector Header: 6 pin shrouded header, compatible with a Molex part number 90136-1106. Pin Number Connection 1 +5V (PMT Tube power) 2 GND 3 No Connection 4 PMT HV Control voltage (0 � 2.5V) Note: 1V � 1kV on PMT 5 PMT Anode (signal input) 6 GND Alternate Detector Input: SMA (connects directly to PMT anode signal) USB: mini-USB connector Logic I/O: LEMO Type 00 connectors, right angle. Used for GATE and SYNC inputs. Power Input Jack: Switchcraft RAPC722 or equivalent Power Switch: compatible with NKK 633-G22AV SPDT 3. Power Requirements 6V, 2 Amps. Compatible power supply: CUI Model EPAS-101W-06 +/-5V analog, 3.3V, 2.5V, 1.8V generated onboard. 4. Analog Input Impedance: 50 Ohm for PMT input. Gain: Software controlled variable gain ranging from 1.22 to 23.04. Circuit is designed to accept positive or negative pulses. Offset: 16-bit DAC can compensate for a DC offset between -2.2V and +2.2V ADC Input Range: 2.2V, differential. DC Input Range: Similar to a Vega board. 5. ADC and Digital Circuitry 14-bits, 80 MHz Digital filters, peak detection, pileup inspection implemented in circuitry compatible with �in Xilinx Spartan6 FPGA MCA implemented in Analog Devices compatible with ADSP2185M USB2 interface implemented with Cypress FX2 compatible Microcontroller. Maximum burst transfer rate is approximately 16 MB/sec. 6. MCA Features Supports two 2k channel (up to 4K) MCA spectra Three byte word depth (up to 2^24 counts per channel) The digital GATE signal determines which spectrum is filled. GATE = LOW � NonGated spectrum, GATE � HIGH, Gated spectrum. Separate statistics are stored for each spectrum, allowing for separate pileup correction. Usage The Vega replacement can be used with any detector that produces a voltage or current pulse with an RC-decay. The analog gain is software adjustable Delivery must state door to door to the following address: USDA, ARS, SDRU 411 South Donahue Drive Auburn, AL 36832 Additionally, delivery costs to the above location must be annotated in proposal. The Government anticipates award of a Firm Fixed Price contract. Each offer must show a breakdown giving price of each element, provide descriptive literature or information showing that the offered equipment meets all specifications. Vendors responding to this announcement shall submit their quote in accordance with FAR 52.212-1. Submission of quote shall include the following: (1) Technical Specifications and (2) Price (to include shipping). Electronic submissions are preferred. Please email all quotes to lynn.hults@usda.gov. NO LATE QUOTES WILL BE ACCEPTED. The basis for award is Lowest Price Technically Acceptable. ""LPTA"" means the expected outcome of the acquisition that result from selection of the technically acceptable proposal with the lowest evaluated price. Pursuant to FAR 52.212-2, the criteria for evaluation are: (1) Technical Specifications, (2) Price (to include shipping), and must also have satisfactory Past Performance. INSPECTON AND ACCEPTANCE TERMS: Supplies will be inspected by requiring office's technical representative and accepted at destination. The following Federal Acquisition Regulation (FAR) and the Department of Agriculture Acquisition Regulation (AGAR) provisions and clauses apply to this acquisition: FAR 52.202-1 Definitions; FAR 52.203-5 Covenant Against Contingent Fees; FAR 52.203-6 Restriction on Subcontractor Sales to the Government; FAR 52.203-7 Anti-Kickback Procedures; FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights; FAR 52.204-7 Central Contractor Registration; FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.204-16 Commercial and Government Entity Code Reporting; FAR 204-17 Ownership or Control of Offeror; FAR 52.204-18 Commercial and Government Entity Code Reporting; AGAR 452.204-70 Inquiries; FAR 204-19 Incorporation by Reference of Representations and Certifications; FAR 52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment; FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; AGAR 452.209-71 Assurance Regarding Felony Conviction or Tax Delinquent Status for Corporate Applicants; FAR 52.212-1 Instructions to Offers-Commercial Items; FAR 52.212-2 Evaluation- Commercial Items (filled in as follows: Technical specifications and price); FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items; FAR 52.216-24 Limitation of Government Liability; FAR 216.25 Contract Definitization; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.219-28 Post Award Small Business Program Re-representation; AGAR 452.219-70 Size Standard and NAICS Code Information; FAR 52.222-3 Convict Labor; FAR 52.222-17 Non-displacement of Qualified Workers; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity Employment; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.225-25 Prohibitions on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Reps and Certs; FAR 52.232-1 Payments; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.232-39 Unforceability of Unauthorized Obligations; FAR 52.233-2 Service of Protest; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract; FAR 52.244- 6 Subcontractors for Commercial Items; FAR 52.252-1 Solicitations Provisions Incorporated by Reference; FAR 52.252-2 Clauses Incorporated by Reference. To be eligible for an award, all contractors must be registered in the System for Award Management (SAM). A contractor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted and paid electronically. Quotes must be received no later than April 29, 2020, 4:00pm Central Standard Time. Questions regarding this combined synopsis/solicitation are due no later than 3:00 PM CST on Monday, April 27, 2020. Answers to any questions received by that time will be posted as an amendment to this combined synopsis/solicitation.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/222f26d603e04966930387b95ecb2aa2/view)
 
Place of Performance
Address: Auburn, AL 36832, USA
Zip Code: 36832
Country: USA
 
Record
SN05631254-F 20200423/200422060408 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.