Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2004 FBO #0963
SOLICITATION NOTICE

66 -- LECROY WAVERUNNER 6030 SCOPE- OR EQUAL

Notice Date
7/14/2004
 
Notice Type
Solicitation Notice
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC04072729Q
 
Response Due
7/23/2004
 
Archive Date
7/14/2005
 
Point of Contact
Nikki D Brown, Contract Specialist, Phone (216) 433-6036, Fax (216) 433-2480, Email Nikki.D.Brown@grc.nasa.gov
 
E-Mail Address
Nikki D Brown
(Nikki.D.Brown@grc.nasa.gov)
 
Description
This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Quotations (RFQ) for: ITEM 1: LeCroy Waverunner 6030 scope or equal-Qty 1. ITEM 2: LeCroy WR6-PMA2 or equal Power Measure Analysis- Qty. 1 ITEM 3: LeCroy DA1855A-PR2 or equal Differential Amplifiers- Qty 2 ITEM 4: LeCroy DXC100A or equal Differential Passive Probes- Qty 4 ITEM 5: LeCroy WR6-T5 or equal Service The Contractor shall provide the following items: Item 1: One LeCroy Waverunner 6030 or equal Scope (Oscilloscope Instrument) Shall be for measuring and displaying transient electrical signals. Measurement bandwidth shall be from 0 to at least 350 MHz. Shall be digital, sampled data type. Minimum sampling rate shall be at least 2.5 GSa/s Shall sample and display 4 channels of data input. Input sensitivity shall be controllable from at least 2mV to 10V per division of display. Digital record length shall be at least 1 million points for one channel operation. Gain accuracy shall be +or- 1% or better. Vertical resolution shall be 8-bits minimum. Shall have both AC and DC input coupling. Shall integrate with differential amplifier (Item 3) so that the scope completely controls all of the differential amplifier’s functions. Item 2: One LeCroy WR6-PMA2 or equal Power Measure Analysis Shall be for use with Item 1. Shall display instantaneous power versus time, safe operating areas, total energy dissipation, and pulse width modulation parameters. Item 3: Two LeCroy DA1855A-PR2 or equal Differential Amplifiers Shall be a probe system for making differential measurements: Shall be for use with signals from 0 to 100MHz. Shall have a 100 nsec overdrive recovery or less. Shall be for two differential measurements. Shall be for use with Item 1. Item 4: Four LeCroy DXC100A or equal 100:1/10:1 Differential Passive Probes Shall be for use with Item 3. Shall be for making differential voltage measurements. Shall have times-10 and times-100 attenuation. Shall be at least 100 MHz response. Shall have less than 20 microfarads capacitance. Maximum input voltage capability shall be 500 volts. Item 5: One LeCroy WR6-T5 or equal Service Option Shall provide 5, yearly NIST-traceable calibrations of Item 1. Shall provide 5-year warranty for parts, labor, and return shipping for Item 1. The provisions and clauses in the RFQ are those in effect through FAC 01-24 This procurement is a total small business set-aside. See Note 1. The NAICS Code and the small business size standard for this procurement are 334515 and 500 respectively. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. Delivery to NASA Glenn Research Center is required within 30 days ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9 Offers for the items(s) described above are due by July 23, 2004 and must be mailed to NASA Glenn Research Center, 21000 Brookpark Road, MS 500-305, Cleveland, OH 44135, and must include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form (attached). Offerors shall provide the information required by FAR 52.212-1 (JAN 2004), Instructions to Offerors-Commercial, which is incorporated by reference. CLAUSES: If the end product(s) quoted is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the Offerors shall so state and shall list the country of origin. NASA FAR Clauses: (1) 1852.215-84 Ombudsman (OCT 2003) (In paragraph b, insert “see http://ec.msfc.nasa.gov/hq/library/Omb.html for the name, address, telephone number, facsimile number, and e-mail address of installation ombudsman”) (2) 1852.225-70 Export Licenses (FEB 2000) FAR Clauses: 52.204-7 Central Contractor Registration (Oct 2003) 52.212-4 Contract Terms and Conditions – Commercial Items (Oct 2003) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-- Commercial Items (Oct 2003) 52.211-6 Brand name or equal 11.107 (a) As prescribed in 12.301(b)(4), insert the following clauses: (1) 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). (2) __ 52.219-3 Notice of Total HUBZone Small Business Set-Aside (Jan 1999). (3) __ 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 1999) (if the offeror elects to waive the preference, it shall so indicate in its offer). (4) __ 52.219-5 Very Small Business Set-Aside (June 2003) (Pub. L. 103-403, section 304, Small Business Reauthorization and Amendments Act of 1994). __ Alternate I (Mar 1999) of 52.219-5. __ Alternate II (June 2003) of 52.219-5. (5) _X 52.219-6 Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ Alternate 1 (Oct 1995) of 52.219-6 (6) __ 52.219-7 Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ Alternate 1 (Oct 1995) of 52.219-7 (7) 52.219-8 Utilization of Small Business Concerns (Oct 2000) (15 U.S.C. 637 (d)(2) and (3)). (8) __ 52.219-9 Small Business Subcontracting Plan (Jan 2002) (15 U.S.C. 637(d)(4)). (9) __ 52.219-14 Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)). (10) __ 52.219-23 Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (June 2003) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). __ Alternate I (June 2003) of 52.219-23. (11) __ 52.219-25 Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Oct 1999) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). (12) __ 52.219-26 Small Disadvantaged Business Participation Program-Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). (13) X 52.222-3 Convict Labor (June 2003) (E.O. 11755) (14) X 52.222-19 Child Labor – Cooperation with Authorities and Remedies (JAN 2004) (E.O. 13126) (15) X 52.222-21 Prohibition of Segregated Facilities (Feb 1999) (16) X 52.222-26 Equal Opportunity (April 2002) (E.O. 11246). (17) X 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212) (18) X 52.222-36 Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (19) X 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). (20) __ 52.223-9 Estimate of Percentage of Recovered Material Content for EPA- Designated Products (Aug 2000) (42 U.S.C. 6962(c)(3)(A)(ii)). __ Alternate I of 52.223-9 (Aug 2000) (42 U.S.C. 6962(i)(2)(C)). (21) X 52.225-1 Buy American Act-Supplies (June 2003) (41 U.S.C. 10a - 10d). (22) 52.225-3 Buy American Act-North American Free Trade Agreement-Israeli Trade Act (JAN 2004) (41 U.S.C. 10a - 10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note). __ Alternate I (May 2002) of 52.225-3. __ Alternate II (May 2002) of 52.225-3. (23) __ 52.225-5 Trade Agreements (Oct 2003) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). (24) __ 52.225-13 Restrictions on Certain Foreign Purchases (Oct 2003) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (25) X 52.225-15 Sanctioned European Union Country End Products (Feb 2000) (E.O. 12849). (26) _X_ 52.225-16 Sanctioned European Union Country Services (Feb 2000) (E.O. 12849). (27) __ 52.232-29 Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). (28) __ 52.232-30 Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). (29) __ 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). (30) X 52.232-34 Payment by Electronic Funds Transfer-Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). (31) __ 52.232-36 Payment by Third Party (May 1999) (31 U.S.C. 3332). (32) __ 52.239-1 Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). (33) X 52.247-34 F.O.B. Destination (NOV 1991) (34) __ 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels (Apr 2003) (46 U.S.C. Appx 1241 and 10 U.S.C. 2631). __ Alternate I (Apr 1984) of 52.247-64. Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc . These representations and certifications will be incorporated by reference in any resultant contract. An ombudsman has been appointed -- See NASA Specific Note "B". It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). All contractual and technical questions must be in writing (e-mail or fax) to Nikki Brown not later than July 19, 2004. Telephone questions will not be accepted. The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/ The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (14-JUL-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Click here for the latest information about this notice
(http://www.eps.gov/spg/NASA/GRC/OPDC20220/NNC04072729Q/listing.html)
 
Record
SN00621208-F 20040716/040714213623 (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.