Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 19,1996 PSA#1640

TOBYHANNA ARMY DEPOT, ATTN SIOTY-KO, 11 HAP ARNOLD BLVD, TOBYHANNA PA 18466-5100

66 -- PHASE NOISE MEASUREMENT SYSTEM WITH TWO SETS OF MANUALS SOL DAAC71-96-R-0008 DUE 080696 POC Contract Negotiator MARION PICKENHEIM (717) 895-6627 Contracting Officer JOYCE K. BEDNAR (717) 895-6369 (Site Code DAAC71) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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. NOTICE: At the end of this synopsis/solicitation the following note appears: END OF SYNOPSIS FULL TEXT VERSION. If the prospective offeror's copy stops before this notice, not all of the required information has been received. This can be the result of editing by on-line synopsis services. If this occurs, please call Contract Negotiator Marion Pickenheim at (717) 895-6627 and a full version will be faxed to you. The solicitation number is DAAC71-96-R-0008 and is issued as Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-37. This acquisition is unrestricted, not setaside for Small Business. The Standard Industrical Code (SIC) is 3829 with 500 employees. A brief description of the contract line item number (CLIN) is as follows: CLIN 0001, HP MODEL # 3048A Phase Noise Measurement System including HP11848A phase noise interface and HP3561A spectrum analyzer; HP Option 001 HP8662A Opt 003 Synthesized Signal Generator; HP Option 003 HP11729C Carrier Noise Test Set; HP Option 201, 1.6 GHz to 18 GHz Input to HP 11848A; HP Option 301 MS-DOS PC compatible phase noise software with a graphics dump utility; HP Option 110 Deletes HP3561A spectrum analyzer (except system cables); HP Option K82, HP3561AR spectrum analyzer (refurbished); Quantity: 1 complete system. CLIN 0002 (NOT SEPARATELY PRICED) HP Operation, maintenance, and calibration manuals (2 sets) and HP Calibration Certificates (1 set). OR EQUAL: OFFERING: (a)Manufacturer's Name: (b)Brand: (c)Model or Part Numbers:. Minimum essential salient characteristics are: 1. SCOPE: 1.1 This specification covers the minimum established requirements by the Government for a Phase Noise Measurement System. This Phase Noise Measurement System shall be referred to as ''System'' in this specification. 1.2 The system will be used to support Satellite System measurements. 1.3 As such, any details as to specific construction are intended to clarify the required capabilities of the system. 1.4 All materials necessary to provide a complete and usable system shall be furnished even though they may not be specifically covered by this solicitation specification. 2. APPLICABLE DOCUMENTS 2.1 General. This specification requires compliance with the following documents. 2.1.1 Government Documents: MIL-T-28800E-Type 111, Class 3, Style D, Test Equipment For use with Electrical and Electronic Equipment. ISO-9000 Calibration of Test Measurement and Diagnostic Equipment 2.2 Order of Precedence. In the event of a conflict between purchase description text and the references cited herein, the text of this purchase specification shall take precedence. 3. PERFORMANCE REQUIREMENTS. 3.1 The system shall be capable of meeting or exceeding the following specification. 3.1.1 The system must provide a list of the measured noise at user selected offsets or a list of all spurs identified in a frequency range. Also required are a calculation of the total noise power or residual FM contained in a measurement offset range. 3.1.2 Frequency Range: 5MHz to 18GHz 3.1.3 Offset Frequency Range: .01Hz to 2MHz ; .01Hz to 40MHz 3.1.4 Accuracy: +/-2db (.01Hz to 1MHz); +/- 4db (1MHz to 40MHz) 3.1.5 Frequency Range (Noise Input Port): .01Hz to 40MHz 3.1.6 Amplitude: 1 Volt Peak Maximum 3.1.7 Frequency Range (Signal Generator): 100Hz to 1280MHz 3.1.8 Resolution: .1Hz (640MHz); .2Hz (1280MHz) 3.1.9 System Noise Floor: .1Hz to 120MHz(-133); 120 to 160MHz (-142); 640 to 1280MHz(-124); 16 to 18GHz(-115) 3.1.10 Power Requirements: 100VAC to 120VAC; 50 to 60 Hz 3.1.11 Form-Fit Requirement: System shall be portable Bench Top Type System with all necessary cables and applicable operation verifications. The system shall meet the latest edition of the Occupational Safety and Health Administration (OSHA) General Industry Standards 29CFR1910. 3.2 Manuals, Contractor shall provide commercial manuals for operation, maintenance, and service/calibration procedures. Two complete sets (2 ea) of manuals shall be provided with the system. 3.3 Calibration. System will be calibrated to Industry Standards and Calibration Certificates will be provided with the System (1 Set). This consists of standard documentation normally supplied with the system in customary commercial practice. The contractor shall deliver CLINS 0001 and 0002 (F.O.B. Destination) within 105 days after date of award (ADA) in accordance with ASTM D 3951-90 to: CONSOL Property Officer (W25G1V), Tobyhanna Army Depot, ATTN: Destination Inspection, Tobyhanna, Pa. 18466- 5091, Marked for Contract DAAC71- ''complete number to be cited in award document''. Inspection and Acceptance shall be made at destination. Army GMF Terminal Division will perform Inspection and acceptance within 20 calendar days after delivery. FAR provision 52.212-1, INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS (OCT 1995), is incorporated by reference into this solicitation. Addenda to this provision is as follows: (1) Offerors shall submit evidence of past performance, specifically, a minimum of three recent sales of the same model system as that offered in response to this synopsis/solicitation. The submission must include the name of the firm or agency to which the system sale was made; and a point of contract at the firm/agency with a verified telephone number. (2) Only one award will be made under this synopsis/solicitation. (3) Offerors must submit sufficient technical documentation, brochures, etc. which demonstrate compliance with the solicitation specifications. It is incumbent on the offeror to provide sufficient information in order for the Government to make a technical and price assessment of their offer. Incomplete submissions that do not clearly demonstrate full compliance with the evaluation factors may result in an offer being determined unacceptable and being removed from award evaluation. (4) Facsimile offers are not acceptable. (5) Offers received after the appointed time for the submission of offers shall be considered late and shall not be considered for award. FAR Provision 52.215-10, Late Submissions, Modifications, and Withdrawals of Proposals (JUL 95) is incorporated by reference in this solicitation. FAR provision 52.212-2 EVALUATION - COMMERCIAL ITEMS (OCT 1995) is incorporated by reference into this solicitation. The following factors shall be used to evaluate offers: (1) Technical capability of the system offered to meet the Goverment's requirement; (2) past performance; (3) price. Award shall be made to the responsible offeror submitting an acceptable proposal at the lowest price and accepting the terms and conditions of the solicitation, including any amendments. A written notice of award or acceptance of an offer will be mailed or otherwise provided to the successful offeror within the time for acceptance, 30 calendar days from the date specified for receipt of offers, unless another time period is specified, resulting in a binding contract without further action by either party. Before an offer's specified expiration date, the Government may accept an offer whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR provision 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS (MAR 1996), is incorporated into this solicitation by reference. Each offeror shall submit a completed copy of FAR 52.212-3 with its offer. FAR Clause 52.212-4, CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (OCT 1995) is incorporated by reference into this solicitation. FAR Clause 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL ITEMS (JAN 1996) is incorporated by reference, however, for paragraph (b) only of this clause, the following FAR clauses and provisions incorporated by reference apply to this solicitation: 52.203-10, Price or Fee Adjustment for Illegal or Improper Activity (41 U.S.C. 423); 52.222-26, Equal Opportunity (E.O.11246); 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212); 52.222-36, Affirmative Action for Handicaped Workers (29 U.S.C. 793); 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.225-3, Buy American Act-Supplies (41 U.S.C. 10). Additionally, each offeror shall include a completed copy of Defense FAR Supplement (DFARS) provision 252.212-7000, OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS (NOV 1995), which is incorporated by reference into this solicitation. DFARS Clause 252.212-7001, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (NOV 1995) is incorporated by reference into this solicitation; however, for paragraph (b) only, the following DFARS clauses apply: 252.227-7015, Technical Data-Commercial Items (10 U.S.C. 2320); 252.227-7037, Validation of Restrictive Markings on Technical Data (10 U.S.C. 2321); 252.247-7024, Notification of Transportation of Supplies by Sea (10 U.S.C. 2631). DFARS provision 252.211-7003, BRAND NAME OR EQUAL (DEC 1991), is incorporated by reference. Any contract award as a result of this solicitation will be a ''DO'' rated order. The contractor shall extend to the Government full coverage of any standard warranty normally offered in a similar commercial sale. The warranty shall commence on the day following final acceptance of the entire system, including manuals and calibration certificates. Submit offers clearly marked for DAAC71-96-R-0008 to: Directorate of Contracting, Building 11, Wing D, ATTN: Marion Pickenheim, 11 Hap Arnold Blvd., Tobyhanna, Pa. 18466-5100 no later than 4:00 PM Eastern on 06 August 1996. All responsible sources may submit a proposal which shall be considered. For information regarding the solicitation, contact Marion Pickenheim at (717) 895-6627. For copies of this document, (as explained at the beginning of this synopsis/solicitation) FAR provision 52.212-3, and DFARS provision 252.212-7000, fax your request to Marion Pickenheim at (717)895-6794 or 6952; thereafter confirm receipt of your fax by phone. END OF SYNOPSIS FULL TEXT VERSION. (0199)

Loren Data Corp. http://www.ld.com (SYN# 0477 19960718\66-0001.SOL)


66 - Instruments and Laboratory Equipment Index Page