Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 02, 2002 FBO #0090
SOLICITATION NOTICE

61 -- Synthesized CW Generator

Notice Date
2/28/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition and Logistics Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 3571, Gaithersburg, MD, 20899-3571
 
ZIP Code
20899-3571
 
Solicitation Number
Reference-Number-02-811-5736
 
Response Due
3/12/2002
 
Archive Date
3/27/2002
 
Point of Contact
Joni Laster, Purchasing Agent, Phone 301-975-8397, Fax 301-975-8884, - Anita Tolliver, Contract Specialist, Phone (301) 975-6308, Fax (301) 975-8884,
 
E-Mail Address
joni.laster@nist.gov, anita.tolliver@nist.gov
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-04 effective February 18, 2002.*** The associated North American Industrial Classification System (NAICS) code for this procurement is 335999 with a small business size standard of 500 employees. This acquisition is unrestricted and all interested offerors may submit a quote.***This is a brand name or equal procurement. Brand name or equal description is intended to be descriptive, but not restrictive, and is to indicate the quality and characteristic of products that will be considered satisfactory to meet the agency requirement.***The National Institute of Standards and Technology (NIST) has a requirement for one (1) Anritsu Synthesized CW Generator, Model #MG3692A or equivalent. ***All interested offerors shall provide a quote for the following line items: Line Item 0001: Quantity one (1) each Anritsu Synthesized CW Generator, Model #MG3692A or equivalent with all of the following required salient characteristics. (1) output impedance: 50 ohms; (2) frequency coverage: 0.1 Hz to 20 GHz; (3) frequency accuracy (internal reference): 10 ppm; (4) frequency resolution: 0.1 Hz, (5) time base temperature drift: < 2e-8 per degree C; (6) time base drift: < 2e-8 per day; (7) external reference input: 10 MHz +/-100 Hz; (8) output power, leveled, max, 2 GHz: 17dBm; (8) output power resolution: 1 microvolt; (9) harmonic content: <= -40 dBc; nonharmonic content: 0.1 Hz to 10 MHz <= -30 dBc, 10 MHz to 20 GHz <= -50 dBc; (10) single-sideband phase noise: 0.1 Hz to 10 MHz <= -60 dBc/Hz @ 10 Hz offset, 10 MHz to 20 GHz <= -39 dBc/Hz @ 10 Hz offset; (11) IEEE 488 connection. ***The Contractor shall state the warranty coverage provided for all line items.***Delivery shall be FOB Destination and shall be no later than 60 days after receipt of order.***The contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for any loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. The contractor shall deliver all line items to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-0001.***Award shall be made to the offeror whose quote offers the best value to the Government, technical, price, and other factors considered. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," and 2) Price. Technical Capability shall be considered to be more important that price. Evaluation of Technical Capability will be based on the information provided in the quotation.***Offerors shall include the manufacturer or brand name, make and model of the products, manufacturer sales literature or other product literature which addresses all salient characteristics, which clearly documents that the offered product(s) meet or exceed the salient characteristics stated above and meet the needs of the Government in essentially the same manner as the brand name. ***The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; and 52.212-3 Offeror Representations and Certifications-Commercial Items. ***The following clauses apply to this acquisition: 52.211-6 Brand Name or Equal; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items including subparagraphs: (11) 52.222-21, Prohibition of Segregated Facilities; (12) 52-222-26, Equal Opportunity; (13) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (14) 52.222-36, Affirmative Action for Workers with Disabilities; (15) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (16) 52.222-19 Child Labor - Cooperation With Authorities And Remedies; (19) (i) 52.225-3 Alternate I, Buy American Act - North American Free Trade Agreement--Israeli Trade Act--Balance of Payments Program; (21) 52.225-13 Restriction on Certain Foreign Purchases and (24) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm.***All offerors shall submit the following: 1) An original and one (1) copy of a quotation which addresses all Line Items; 2) Technical description and/or product literature; 3) Description of commercial warranty; 4) Two (2) copies of the most recent published price list(s); and 5) A completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items which may be downloaded at www.arnet.gov/far.***All quotes should be sent to the National Institute of Standards and Technology, Acquisition and Logistics Division, Attn: Joni L. Laster, Building 301, Room B129, 100 Bureau Drive, Stop 3571, Gaithersburg, MD 20899-3571.***Submission must be received by 3:00 p.m. local time on March 12, 2002. Faxed offers will not be accepted.
 
Place of Performance
Address: 100 Bureau Drive, Gaithersburg, Md.
Zip Code: 20899
Country: USA
 
Record
SN00033789-W 20020302/020301082600 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.