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