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