Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 22,1997 PSA#1766

Naval Research Laboratory, Attn: Code 3240, 4555 Overlook Ave., S.W. Washington, DC 20375-5326

66 -- OSCILLOSCOPE SOL N00014-97-R-KR02 DUE 021097 POC Kay Macaluso, Contract Specialist, Code 3240.KR, (202) 767-1474, F. Janilea Bays, Contracting Officer This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation 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. This solicitation, No. N00014-97-R-KR02, is issued as a request for proposals (RFP). The small business size standard for this acquisition is 500 and the SIC code is 3825. This acquisition is unrestricted. CLIN 0001 is for an ultra wideband (uwb), radio frequency (rf) sampling system based on digital sampling oscilloscope components that will be used to capture uwb, rf radar signals: one (1) each. The system must be comprised of digital sampling oscilloscope mainframe and sampling head units and must provide a minimum of twenty four simultaneous sampling channels. The system must be modular and able to be segmented into a minimum of three (3) stand alone measuring systems with a lesser number of sampling channels in each. The system must have instantaneous rf bandwidth capability of DC to 50 Gigahertz input frequencies on at least four (4) sampling channels and DC to 18 Gigahertz input frequencies on the remaining twenty (20) sampling channels. The system must have multiple, simultaneous sampling channels with a minimum instrumented capacity of at least twenty-four (24) channels. All channels must be externally triggerable by the same triggering signal within a timing jitter of less than two picoseconds. The system must have digital sampling storage capacity of at least 5000 samples per channel with an interface for transfer of data to an external storage device. The system must have a maximum channel sampling rate of at least 200 Kilohertz. The system must have a full scale channel digitization of at least eight (8) bits resolution. The system must display all twenty-four (24) active channels. The system must also have the ability for physically locating at least two (2) of the sampling channel heads at a distance of two (2) meters from their mainframe installation units. The contractor shall provide a commercial warranty. The required delivery schedule is within 90 days after contract award date. The contractor shall deliver the system (all shipping charges paid) and the Government shall accept the system at FOB destination, NRL, Washington, DC. The incorporated provisions and clauses of this acquisition are those in effect for Federal Acquisition Regulation (FAR) through Federal Acquisition Circular 90-42 and for Defense Federal Acquisition Regulation Supplement (DFARS) through Defense Acquisition Circular 91-11. The FAR and DFARS provisions and clauses cited herein are incorporated by reference into this solicitation. Offerors are advised to propose in accordance with the provision at FAR 52.212-1, Instructions to Offerors -- Commercial Items. Offerors are advised to include with their offer a completed copy of the following provisions: FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, DFARS 252.212-7000, Offeror Representations and Certifications -- Commercial Items and DFARS 252.225-7000, Buy American Act -- Balance of Payments Program Certificate. Offerors will be evaluated in accordance with FAR 52.212-2, Evaluation -- Commercial Items. The specific evaluation criteria under paragraph (a) of FAR 52.212-2 are: (1) technical capability of the item offered to meet NRL's need (2) price and (3) past performance. Technical and past performance, when combined, are of equal importance compared to price. The following FAR clauses apply to this acquisition: FAR 52.215-43, Audit -- Commercial Items, FAR 52.212-4, Contract Terms and Conditions -- Commercial Items and FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders -- Commercial Items. The additional clauses cited under FAR 52.212-5 that are applicable to this acquisition are: FAR 52.203-6, FAR 52.203-10, FAR 52.219-8, FAR 52.222-26, FAR 52.222-35, FAR 52.222-36, FAR 52.222-37, FAR 52.225-18 and FAR 52.247-64. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The additional clauses cited under DFARS 252.212-7001 that are applicable to this acquisition are: DFARS 252.225-7001, DFARS 252.225-7007, 252.225-7012 and DFARS 252.233-7000. Any contract awarded as a result of this solicitation will be a DO rated order certified for national use under the Defense Priorities and Allocations System (DPAS) (15 CFR 700). Offers must be delivered to: Contracting Officer Code 3240.KR, BLDG. 222 RM. 115A, Naval Research Laboratory, 4555 Overlook Ave. SW, Washington, DC 20375-5326. Offers must be received no later than 4:00 P.M. E.S.T. on 10 February 1997. The package should be marked: RFP N00014-97-R-KR02, Closing Date: 2/10/97. For information regarding this solicitation contact Kay Macaluso, Contract Specialist, at (202)767-1474. All responsible sources may submit a proposal which shall be considered by the agency. (0017)

Loren Data Corp. http://www.ld.com (SYN# 0253 19970122\66-0001.SOL)


66 - Instruments and Laboratory Equipment Index Page