Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2005 FBO #1215
SOLICITATION NOTICE

66 -- Oscilloscopes

Notice Date
3/23/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
N00174 101 Strauss Avenue, Bldg. 1558 Indian Head, MD
 
ZIP Code
00000
 
Solicitation Number
N0017405R0023
 
Response Due
4/8/2005
 
Archive Date
5/8/2005
 
Description
This is a combined synopsis/solicitation for commercial items in accordance FAR 12.6. This acquisition is conducted under full and open competition. This request for proposal (RFP) N00174-05-R-0023 is the only written solicitation, which will be issued, unless amended. The solicitation document, incorporated provisions and clauses are those in effect through Federal Acquisition Circular 18. The NAICS code 334515. Size standard 500. The offeror shall provide a firm fixed price offer F.O.B. Destination to Indian Head, Md. NSWC Indian Head requires three digital signal oscilloscopes in accordance with the listed minimum specifications: Scope 1 Specifications: 10 GS/s Single Shot Sampling on 4 channels with 8 Megapoints of acquisition memory per channel. 20 GS/s Single Shot Sampling on 2 channels with 16 Megapoints of acquisition memory per channel. 2 GHz Analog Bandwidth. Rise Time (Typical) 225 psec. Clock Accuracy of 5 ppm. Jitter Noise Floor 2 psec. rms (Typical). External Clock Input 30 MHz to 2 GHz. Sequence Mode providing 2 ? 5,000 segments with Intersegment Time of 6 usec. Time/Division Range of 20 psec/div ? 10 s/div. Vertical Sensitivity of 2 mV ? 2 V/div fully variable. DC Gain Accuracy of 1.5 percent of Full Scale. Trigger Bandwidth of 2 GHz (edge) and 750 MHz. Trigger Jitter of 3 psec RMS. Trigger Range of plus or inus 5 Divisions from center. Fully Integrated Windows Operating System. 8-inch color display screen. Ability to conduct Fast Fourier Transformations. User-definable parameter measurements and math Functions using third party software packages that include VBScript, MATLAB, EXCEL and ATHCAD. Math and Zoom Traces. Jitter and Timing Analysis. 40 Gbyte Removable Hard Drive Package. Internal graphics printer. Two 100MHz High Voltage Differential Probes. Two 500A 2MHz Current Probes. Two 2.5 GHz Active Voltage Probes. Two 1 GHz Active differential probes. Scope 2 Specifications: 5 GS/s Single Shot Sampling on 4 channels with 12 Megapoints of acquisition memory per channel. 10 GS/s Single Shot Sampling on 2 channels with 24 Megapoints of acquisition memory per channel. 2 GHz Analog Bandwidth. 8 inch Color Display Screen. CD Read/Write Drive. Rise Time (Typical) 225 psec. Clock Accuracy of 5 ppm. Jitter Noise Floor 3 psec. rms (Typical). External Clock Input 30 MHz to 2 GHz. Sequence Mode providing 2 ? 5,000 segments with Intersegment Time of 8 usec. Time/Division Range of 20 psec/div?10 s/div. Vertical Sensitivity of 2 mV?2 V/div fully variable. DC Gain Accuracy of 1 percent of Full Scale Trigger Bandwidth of 2 GHz (edge) and 750 MHz. Trigger Jitter of 3 psec RMS. Trigger Range of plus or minus 5 Divisions from center. Fully Integrated Windows Operating System. Ability to conduct Fast Fourier Transformations. User definable measurement parameter and math functions using third party software packages that include. VBScript, MATLAB, EXCEL and MATHCAD. Jitter and Timing Analysis. Internal Graphics Printer. Two 15A 50 MHz current probes. Scope 3 Specifications: 1 GS/s Single Shot Sampling on 4 channels with 1 Megapoints of acquisition memory per channel. 2 GS/s Single Shot Sampling on 2 channels with 2 Megapoints of acquisition memory per channel. 500 MHz Analog Bandwidth. 8 inch Color Display. Windows Operating System. USB 2.0 Ports and 10/100Base-T Ethernet ports. Parameter Measurements. Math including Sum, Difference, Product, Ratio, 1 Mpt. FFTs, Absolute Value, Averaging (summed and continuous), Derivative, Envelope, Enhanced Resolution (to 11 bits), Floor, Integral, Invert, Reciprocal, Roof, Square, Square Root, rescaling to different units and chaining of two math functions. The following provisions apply: 52.212-1, Instructions to Offeror's-Commercial 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 52.212-2, Evaluation-Commercial Items-the evaluation factors are as follows listed in descending order of importance, unless otherwise stated: Factor 1-Technical: The evaluation shall consider offerors ability to meet minimum specifications and the system?s ease of use. Offerors shall provide three copies of the complete technical specifications for each of the three required oscilloscopes. No pricing is to be provided in the technical information. Factor 2-Past Performance: Offerors shall provide three references for product performance with name, telephone, fax and e-mail address. Other sources for past performance information shall be used as available. Factor 3-Price. Offerors shall provide pricing for the following: CLIN: 0001-Oscilloscope 1 and required accessories (probes). CLIN: 0002-Oscilloscope 2 and required accessories (probes) CLIN: 0003-Oscilloscope 3. The government will make a best value determination based on these factors. Intent is to award based on initial offers. If considered necessary by the contracting officer, discussions will be conducted only with those offerors determined to have a reasonable chance for award Offerors must provide with their proposal a completed copy of FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (June 2003). Responses must be received no later than 3:30 p.m. EST on 08-April-2005. Provide responses to Georgia Warder, Code 1143A, building 1558, and NSWC Indian Head, MD 20640-5035. (301) 744-6679 or georgia.warder@navy.mil.
 
Web Link
www.ih.navy.mil
(http://www.ih.navy.mil)
 
Record
SN00774960-W 20050325/050323213536 (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.