|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 20,1998 PSA#2036National Institute of Standards & Technology, Acquisition & Assistance
Div., Bldg. 301, Rm B117, Gaithersburg, MD 20899 66 -- VECTOR NETWORK ANALYZER SOL 53SBNB867029 DUE 030398 POC Diane M.
Loeb, (301) 975-6399, FAX (301) 963-7732, Email Address: dloeb@nist.gov
WEB: NIST Contracts Homepage,
http://www.nist.gov/admin/od/contract/contract.htm. E-MAIL: NIST
Contracts Office, Contract@nist.gov. This is a combined
synopsis/solicitation for commercial items prepared in accordance with
the format in Subpart 12.6, as supplemented with additional
information included in this notice. This announcement constitutes the
only solicitation; quotes are being requested and a written
solicitation will not be issued. The solicitation number is
53SBNB867029 and the solicitation is issued as a request for quotation
(RFQ). The solicitation document and incorporated provisions and
clauses are those in effect through Federal Acquisition Circular 97-03.
The standard industrial classification (SIC) Code is 3577. NIST's
Polymer's Division is interested in acquiring a system that will be
used in the area of materials research and test measurements. The
Vector Network Analyzer will be used to perform tests on such materials
as thin, ferroelectric polymer composite films to determine their
complex dielectric permittivity. The Vector Network Analyzer will
perform precise dielectric measurements in the radio frequency (RF) and
in the microwave range. Non-coaxial transmission lines, resonators and
filters will be employed as test fixtures. The end results will
include dielectric characteristics of materials for electronic
packaging applications as a function of frequency and other parameters
such as temperature and bias. This system is a standalone system. The
Contract Line Item Numbers (CLINs) are as follows: CLIN 0001 The
following are specifications for the Vector Network Analyzer: 1)
Frequency range: 50 MHZ -- 20 GHz; 2) Frequency resolution: 1 Hz or
better; 3) Frequency stability: 0.05 ppm (0 -- 55 C); 4) Power range:
75 dB; 5) Max output power: >+5 dB (optional to + 10 dB); 6) Power
resolution: 0.01 dB or better; 7) Power sweep range: 20 dB; 8) Power
linearity: 0.5 dB (at -- 10 dB from the reference); 9) Dynamic range:
125 dB (50 MHZ -- 20 GHz); 10) Average noise floor: -125 dBm; 11) Phase
noise: -55 dB (at 60 kHz from carrier at 10 GHz); 12) DC bias: 0 --
200V; 13)capability of calibration and compensation for directivity,
reflection and transmission in non-coaxial devices.; 14) Waveguide
calibration for the 8 -- 18 GHz frequency range; 15) Open-ended
dielectric probe with matched cable. The probe should be able to
operate at the instrument frequencies and temperatures from -40C to +
180C; 16) Antenna measurements to -110 dBm at 20 GHz; 17) Filter
rejection measurements to 120 dB; 18) GPIB interface. The capability of
controlling all of the instrument functions, including the data
acquisition function through the computer interface, is essential. CLIN
0002: The offeror shall provide one set of the most current version of
user manuals and publications such as application notes related to the
above description of the intended use for all items provided under this
contract. In addition, this requirement includes an optional item which
is to be part of the offer requested at this time but the exercise of
the option is a unilateral decision of the government. This optional
item shall be available for a oneyear period from date of award. The
optional item is CLIN 0003: Frequency Range of the instrument to 40
GHz. Acceptance shall be complete once the initial set-up and
calibration to verify that the instrument conforms to the technical
specification which will include: 1) the instrument's intended use to
perform tests on such materials as thin, ferroelectric polymer
composite films to determine their complex dielectric permittivity; 2)
The instrument will perform precise dielectric measurements in the
radio frequency (RF) and in the microwave range; and 3) Non-coaxial
transmission lines, resonators and filters will be employed as test
fixtures. The end results will include dielectric characteristics of
materials for electronic packaging applications as a function of
frequency and other parameters such as temperature and bias. Acceptance
is anticipated to be completed within (HOW MANY DAYS/MONTHS) after
receipt of all items from the vendor. The offeror shall include the
same warranty terms offered to the general public in customary
commercial practices. NIST requires delivery of the system FOB
Destination Gaithersburg, MD within 30 days after award. The place of
delivery is: NIST, Shipping and Receiving, Bldg 301, Gaithersburg, MD
20899. The provision at FAR 52.212-1, Instructions to Offerors --
Commercial, applies to this acquisition. FAR provision 52.212-2,
Evaluation -- Commercial Items applies with the following specific
evaluation criteria to be included in paragraph (a): (I) price, (ii)
technical capability of the item offered to meet the Government
requirement; and, (iii) past performance/experience. Evaluation of the
specific evaluation criteria will be based on information submitted in
response to this RFQ. It is recommended that information be included
which demonstrates that the items offered meet all the requirements
identified in this combined synopsis/solicitation. In addition, past
performance/experience will be evaluated (include contact points,
telephone numbers, and a description of the items). Information which
merely offers to furnish an item in accordance with the requirements of
the Government or does not address a requirement contained herein will
be evaluated based on this information or lack of information.
Offerors are cautioned to submit quotes on the most favorable basis,
since the Government may elect to make an award without further
discussions or negotiations. Award shall be made within 30 days after
receipt of quotes; and to the offeror submitting the best value to the
government. Offerors shall include completed copy of FAR provision
52.212-3, Offeror Representations and Certifications-Commercial Items,
with its offer. The clause at 52.212-4, Contract Terms and
conditions-Commercial Items, applies to this acquisition. FAR clause
52.212-5, Contract Terms and Conditions Required to Implement Statutes
or Executive Orders-Commercial Items, applies to this acquisition and
includes the following FAR clauses: FAR 52.222.26, Equal Opportunity;
FAR 52.222-35, Affirmative Action for SpecialDisabled and Vietnam Era
Veterans; FAR 52.222-37, Employment Reports on Special Disabled
Veterans and Veterans of the Vietnam Era; FAR 52.225-3, Buy
AmericanAct-Supplies; FAR 52.225-18, European Community Sanctions for
End Products; FAR clause 52.212-7, Option for Increased Quantity --
Separately Priced Line Item, and FAR clause 52.217-5, Evaluation of
Options, applies to this acquisition. Department of Commerce
Agency-Level Protest Procedures Level above the Contracting Officer
(DEC 1996) apply to this acquisition and may be read at
http://www.nist.gov/admin/od/contract/protest.htm. Interested parties
shall submit a quote and information pertaining to this requirement,
which includes but should not be limited to, the 11 items outlined in
FAR 52.212-1(b) and information which responds to the requirements set
forth in this announcement, to NIST, Acquisition and Assistance Div.,
Bldg 301, Rm B117, Gaithersburg, MD 20899, ATTN: Diane Loeb,
Solicitation No.: 53SBNB867029. Quotes and information pertaining to
this requirement shall be received by 3:00 p.m. EST March 3, 1998.
Responses received at the address specified for the receipt of quotes
and information after the exact time specified for receipt of offers
will not be considered. For information regarding this solicitation
contact Diane Loeb, Contract Specialist, telephone number (301)975-6399
or FAX (301)963-7732, or email: dloeb@nist.gov. (0049) Loren Data Corp. http://www.ld.com (SYN# 0273 19980220\66-0015.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|