SOLICITATION NOTICE
D -- Vector Signal Generator
- Notice Date
- 4/22/2021 8:23:59 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 511210
— Software Publishers
- Contracting Office
- NAVAL INTELLIGENCE ACTIVITY WASHINGTON DC 20395-5720 USA
- ZIP Code
- 20395-5720
- Solicitation Number
- N0001521PR11215
- Response Due
- 5/7/2021 8:00:00 AM
- Archive Date
- 05/22/2021
- Point of Contact
- Anthony L. Wade, Phone: 3016692795
- E-Mail Address
-
anthony.l.wade@navy.mil
(anthony.l.wade@navy.mil)
- 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 FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement and attachments constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.� This solicitation is being issued as a request for quotation (RFQ) under Federal Business Opportunity (FBO)-Vector Signal Generator Test Equipment System.� This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-07.� The government contemplates award of a firm-fixed price purchase order. The associated North American Industrial Classification System (NAICS) code for this procurement is 344515.� This requirement is solicited set aside for small business.� The requirement is for Vector Signal Generator Test Equipment. The government will only accept new equipment as stated in the item specification attached Please see the solicitation on FBO.gov for a full description of the requirements to be acquired including items, quantities, delivery date(s) or performance period, place of delivery and acceptance, and FOB point.� Offerors must submit technically descriptive literature, specification, etc. along with their price quote. Questions not received within a reasonable time prior to the close of the solicitation may not be considered. Responses are due not later than 07 May 2021 at 11:00am EST. Submit quote responses to Anthony Wade, Email: ANTHONY.L.WADE@NAVY.MIL,� Phone: 301-669-2795 Note: Any amendments made to this solicitation will be accessible via the Beta.SAM.gov. The following FAR clauses and/or provisions apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions -- Commercial Items FAR 52.212-1, Instructions to Offerors -- Commercial FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Items DFARS 252.211-7003, Item Unique Identification and Valuation Please see the solicitation for the applicability, and evaluation criteria, of FAR 52.212-2, Evaluation -- Commercial Items. The following provisions are clauses are applicable to this RFQ and can be viewed at https://www.acquisition.gov: Provisions: FAR 52.204-7, 52.204-24, 52.204-25,52.212-1, 52.212-2, 52.212-3 Alt I, 52.225-25, DFARS 252.204-7011, 252.209-7992, 252.239-7017. Clauses: FAR 52.214-13, 52.212-4, 52.209-10, 52.222-50, 52.233-3, 52.233-4, 52.219-28, 52.222-3, 52.222-19, 52.222-26, 52.223-18, 52.232-33, 52.239-1, 52.213-2, 52.232-39, 52.232-40, 52.247-34, 52.252-2, DFARS 252.203-7000, 252.204-7003, 252.204-7004 Alt A, 252.204-7012, 252.204-7015, 252.232-7003, 252.232-7006, 252..323-7010, 252.239-7018, 252.244-7000, 252.247-7023 All responding vendors must have a completed registration in the System for Award Management (SAM) program prior to award of contract. Information to register in SAM can be found at: https://www.sam.gov/portal/public/SAM/. Compete SAM registration means registered DUNS and Cage Code number. Complete all representations and certifications electronically at the following website: https://sam.gov/. If not completed on-line, Offerors must include with their written quote a completed copy of the provisions at FAR 51.212-3, ""Offeror Representations and Certifications-Commercial Items (Dec 2014), which can be obtained at http://farsite.hll.af.mil, or online at https://sam.gov. In accordance with DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, the contractor shall submit their payment request electronically using Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. Basis of Award: The Government will award a firm fixed priced order only to an offeror whose technical quote establishes that it can meet the needs of the Government.� Among offerors in this category, the Government considers technical to be more important than price in value.� The proposed price must be considered reasonable. The Government will evaluate quotes first from a technical standpoint without regard to proposed prices.� The Government may award a contract to other than the lowest priced offeror.� If two or more offers are considered technically equivalent, price with past performance may become of primary importance in determining the proposal most advantageous to the Government. Description/SOW/Justification: Vector Signal Generator Electronic Test Equipment Requirements The proposed is requested for purchase of a vector signal generator for reverse engineering and testing functions in support of the Foreign Materiel Exploitation Laboratory Analysis Branch (TAC-342), Office of Naval Intelligence, Washington, DC.� Below are requirements the system must meet: 8kHz to 6GHz frequency range 7� color touchscreen display USB serial adapter Pulse modulator Pulse generator RF rear panel connector Analog AM/FM/?m signal standards Upgradeable digital communication standards with support for: GSM/EDGE CDMA Bluetooth IEEE 802.11 LTE OFDM Cellular IoT LORA Upgradeable GNSS standards and channel extension with support for: GPS Galileo GLONASS QZSS Beidou Modernized Beidou Modernized GPS GNSS real world simulation GNSS realtime interface Singel satellite GNSS Upgradeable output power Support for ARB memory expansion Envelope tracking enhancement Extendable baseband up to 500MHz Bit error rate tester Power cable 3 year warranty
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/93cacb36fb214f63be47c39ba160aa44/view)
- Place of Performance
- Address: Washington, DC 20395, USA
- Zip Code: 20395
- Country: USA
- Zip Code: 20395
- Record
- SN05980196-F 20210424/210422230113 (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 |