Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 26, 2003 FBO #0481
SOLICITATION NOTICE

58 -- Ultra Wideband Evaluation Kit

Notice Date
3/24/2003
 
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
NA1341-03-Q-0292
 
Response Due
4/2/2003
 
Archive Date
4/17/2003
 
Point of Contact
Joni Laster, Purchasing Agent, Phone 301-975-8397, Fax 301-975-8884, - Carol Wood, Contract Specialist, Phone 301-975-8172, Fax 301-975-8884,
 
E-Mail Address
joni.laster@nist.gov, carol.wood@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) 2001-12.*** The associated North American Industrial Classification System (NAICS) code for this procurement is 443112 with a small business size standard of 500 employees. However, this requirement is unrestricted and all interested Contractors 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) Time Domain PulsOn 200 Ultra Wideband Evaluation Kit or equivalent.***All interested offerors shall provide a quote for the following line items: Line Item 0001: Quantity one (1) each Time Domain PulsOn 200 Ultra Wideband Evaluation Kit or equivalent with all of the following salient characteristics: (1) Kit shall contain two (2) ultra-wide band radios that transmit in frequency ranges that are currently allowed by regulations set forth by the Federal Communications Commission; (2) The hardware shall have FCC type certification; (3) The pair of radios shall be capable of emitting pulses of RF energy and detecting the reflections of those pulses from building systems. The pulses shall be emitted with a power below the ambient noise floor so as not to interfere with other RF devices; for this reason, the equipment shall emit a train of pulses with a minimum pulse repetition frequency of 9 MHz so that sufficient signal-to-noise ratio is attained; (4) Each radio unit shall have the following characteristics: (a) power supply, (b) antenna, (c) fully coherent matched filter receivers to attain high process gains while operating at low power, (d) timer chips so that pulses can be precisely emitted and detected in time , (e) correlator chips, (f) RS-232 and Ethernet connections, (g) microprocessor for embedded applications, (h) bi-phase UWB pulser, and (i) RF receiver front-end; (5) The implementation of UWB radio shall be based on a chipset, future work may involve modification of the packaging of the detector and a chipset shall provide that flexibility, and (6) Kit shall include software to operate the radio units. Software shall be compatible with the Windows operating system and shall allow the user to set-up the radio units for transmission and reception of ultra wideband pulses. ***Delivery shall be FOB Destination (NIST, Gaithersburg, MD.) and shall be no later than 60 days after receipt of an 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 (FOB Destination). The contractor shall deliver all equipment 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 capability and price 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 more important than 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 specifications 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 (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 shall be received by 3:00 p.m. local time on April 02, 2003. Faxed or e-mailed quotes will not be accepted. Any question regarding this combined synopsis/solicitation shall be submitted in writing to the Contracting Officer, Joni Laster, via e-mail @ joni.laster@nist.gov.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DOC/NIST/AcAsD/NA1341-03-Q-0292/listing.html)
 
Place of Performance
Address: 100 Bureau Drive, Gaithersburg, Maryland
Zip Code: 20899
Country: USA
 
Record
SN00286933-F 20030326/030324221704 (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.