Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 09, 2004 FBO #0865
SOLICITATION NOTICE

66 -- Instruments and Laboratory Equipment

Notice Date
4/7/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
N00178 17320 Dahlgren Road Dahlgren, VA
 
ZIP Code
00000
 
Solicitation Number
N0017804Q3028
 
Response Due
4/15/2004
 
Archive Date
6/1/2004
 
Point of Contact
XDS13-12 (540) 653-7765 XDS13-12 (540) 653-7765
 
Description
"This synopsis is being posted to both the Federal Business Opportunities(FBO) page located at http://www.eps.gov and the Navy Electronic Commerce on Line(NECO) site located at http://www.neco.navy.mil. While it is understood that FBO is the single point of entry for posting of synopsis and solicitations to the internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by the Navy Sea Systems Command." This is a synopsis for commercial items using Simplified Acquisition Procedures in accordance with FAR 13, as supplemented with additional information included in this notice. Numbered Note 1 applies. The North American Industry Classification System code is 334515, with a size standard of 500. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will no t be issued. The Request for Quote (RFQ) number is N00178-04-Q-3028. The Naval Surface Warfare Center, Dahlgren Division intends to purchase commercial equipment that meets or can be slightly modified to meet the following salient characteristics. Item 0001 - High Voltage Pulse Generator, 1 each (Max Output Voltage, greater than or equal to 2kV into 50 Ohms; Pulse Rise Time (10 to 90 percent), less than or equal to 90ps; Pulse Width, 1ns to 5ns; Max Repetition Range, greater than or equal to 100Hz; Jitter, less than or equal to 10ps; Trigger, Internal and External; Characteristic Impedance, 50 Ohms; Dimensions, Must fit in standard 19 foot rack with height less than or equal to 3.5 inches; Output Connector, Type N; Weight, less than or equal to 50 lbs; 19 inch Rack Mount, Hardware included; Output Protection, Capable of withstanding open circuit, short circui t, and arcing loads; Power Requirements, 120 volts AC, 60Hz; Operating Temperature Range, 5 degrees Celsius to 50 degrees Celsius; Mechanical Stability, Demonstrated ability to successfully withstand shock and vibrations encountered in field use.) Item 0002 - Coaxial Switch Module, 1 each (Frequency, DC 10 GHz; Insertion Loss, less than 0.8dB; Isolation, greater than 60dB; VSWR, less than 1.5:1; Switching Time less than 15 ms; Impedance, 50 Ohms; Switch Type, Normally Open; Output Connectors, Type N; Input Connectors, Type N; 19 inch Rack Mount, Hardware included; Automation, Full control of system functionality through Ethernet interface; Switch Module Configuration, 16 Outputs, 4 Inputs (4-4x1); Input locations, Front; Output locations, Rear; Power Input, 120 VAC, 60Hz; Dimensions, Must fit in standard 19 foot rack with height less than or equal to 5.25 i nches; Weight, less than or equal to 20 lbs; Operating Temperature Range, 5 degrees Celsius to 50 degrees Celsius; Mechanical Stability, Demonstrated ability to successfully withstand shock and vibrations encountered in field use.) Item 0003 - Signal Attenuator, 1 each (Peak Voltage, 2000V; Pulse Width, 100ns; Voltage Ratio, 26dB; Effective Bandwidth, DC 5 GHz; Connector type (input/output), Type N; VSWR less than 1.1.) All items must include the manufacturer's standard commercial warranty and the description of warranty terms and conditions must be identified in the offeror's written response. The resulting purchase orders will be awarded on DD Form 1155. The Government reserves the right to award one or more orders from this announcement. All quotes shall include the following information to enable the Government to make its award determination: a technical des cription of the items being offered in sufficient detail to evaluate compliance with the specifications listed above, this may include product literature, data sheets, and/or other documents, if necessary; past performance information to include recent and relevant contracts/orders for the same or similar items and references (including contract numbers, points of contact with telephone numbers an/or e-mail addresses and other relevant information). The Government will award order(s) resulting from this synopsis to the responsible offeror or offerors whose offers are determined to be most advantageous to the Government. Award decisions shall be based on offers that meet the above specifications; that have a satisfactory performance history for providing the same or similar items (as determined by the past performance information described above); that can meet the Government' s required delivery date; and that have a reasonable overall evaluated price for each item, or a combination of items. Although price will be evaluated, it will not be the determining factor in the Government's award decision. Technical capabilities, past performance, and delivery are significantly more important to the award decision. Offerors must be determined to be responsible in accordance with FAR 9.104-1, and must be registered in the Central Contractor Registration (CCR). All items are to be priced FOB Destination Dahlgren, VA, therefore quotes must include all applicable shipping charges. The closing date for this announcement is 15 April 2004 at 2:00 pm EST with all awards anticipated to be made no later than 23 April 2004. Required delivery for all items identified in Items 0001 - 0003 is no later than 16 July 2004. Earlier deliveries are acceptable and encou raged. Offerors may submit their responses via email to xds13@nswc.navy.mil or fax to (540) 653-6810 referencing quote number N00178-04-Q-3028 on all correspondence. THE GOVERNMENT WILL NOT ISSUE A WRITTEN REQUEST FOR QUOTATIONS AS ALL ITEMS ARE IDENTIFIED IN THIS NOTICE. The Naval Surface Warfare Center, Dahlgren Division, 17320 Dahlgren Road, Dahlgren VA 22448-5100 has implemented Electronic Commerce (EC) in the acquisition area, therefore the synopsis and/or solicitation with any applicable amendments will be available on the World Wide Web at http://www.nswc.navy.mil/wwwDL/XD/SUPPLY/busop.htm. Vendors should regularly access the NSWCDD website to ensure they have downloaded any and all amendments.
 
Record
SN00561930-W 20040409/040407212659 (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.