Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 12, 2006 FBO #1628
SOLICITATION NOTICE

66 -- HIGH POWER PROGRAMMABLE CURVE TRACER INSTRUMENT

Notice Date
5/10/2006
 
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
NNC06155827Q
 
Response Due
5/25/2006
 
Archive Date
5/10/2007
 
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 RFQ is sole source for the Tektronix Model 370B. NASA Glenn Research has developed software to be used with this instrument. A purchase of any other high power programmable curve tracer would result in the development of new software resulting in unnecessary and considerable expense to the Government. Additionally, the time required to develop new software would impact program schedules. This notice is being issued as a Request for Quotations (RFQ) for the purchase of one Tektronix Model 370B high power programmable curve tracer instrument for measuring current-voltage characteristics of discrete high-voltage and high-current semiconductor devices. This RFQ is a sole source for Tektronix Model 370B. Used or refurbished Model 370B is acceptable as long as recent (with previous three months) certificate of operation and calibration to original manufacturer (Tektronix) product specifications is provided. 1.0 Measurement ranges The instrument shall be able to measure and display the complete current-voltage characteristics of 2-terminal and 3-terminal semiconductor devices rated over the entire minimum ranges of: 1.1 1 V to 2000V blocking voltages, both positive and negative voltages. 1.2 1 microampere (?A) to 10 A on-state current, both positive and negative currents. 2.0 Measurement sweep The instrument shall be able to sweep the voltage and display current-voltage curves: 2.1 using direct current 2.2 using a voltage sinewave or rectified sinewave operating at a frequency that falls between 30 and 200 Hz. 2.3 using low-duty cycle pulses. 2.4 with stepped bias terminal capable of supplying up to 10 steps of: 2.4.1. currents of up to at least 10 mA in magnitude in positive and negative polarity. 2.4.2. voltages of up to at least 20 V in magnitude in positive and negative polarity. 3.0 Measurement display 3.1 The instrument display CRT for instantaneously graphically displaying current-voltage curves. 3.2 The instrument display shall be capable of simultaneously displaying real-time current-voltage waveforms along with current-voltage waveforms stored in the instrument memory. 3.3 The instrument display shall display horizontal and vertical scales with units of measurement. 3.4 The instrument display shall display at least two cursors and on-screen digital readouts of the voltage and current data at the cursors. 4.0 Storage and recall functions 4.1 The instrument shall be capable of digitally storing and recalling a minimum of 50 current-voltage waveforms. Storage of the measured current-voltage waveform shall be accomplished by pushing a single button on the front panel of the instrument. 4.2 The instrument shall be capable of digitally storing and recalling a minimum of 50 instrument front panel settings. 4.3 The instrument shall have 3.5-inch floppy disk drive for removable data storage of current-voltage waveforms and front panel settings. 5.0 IEEE 488 Interface 5.1 The instrument shall be equipped with an IEEE 488 standard interface. 5.2 The instrument shall be interactively remote controllable using the IEEE 488 interface so that all front panel controls and settings can be adjusted through commands sent over the IEEE 488 interface. 6.0 Miscellaneous 6.1 The instrument shall not weigh more than 200 pounds 6.2 The instrument shall function with power from a standard 120 V 60 Hz 3-prong wall power outlet. 6.3 An operating manual written in English shall be provided with the instrument. The provisions and clauses in the RFQ are those in effect through FAC 05-09. The NAICS Code and the small business size standard for this procurement are 334515 and 500 employees 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 shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by noon on May 25, 2006 Eastern Daylight Time Fax number 216-433-2480 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 found at URL: http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. 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 All contractual and technical questions must be in writing (e-mail or fax) to Jean M. Boylan not later than May 17, 2006. Telephone questions will NOT be accepted. Selection and award will be made to that offeror whose offer will be most advantageous to the Government, with consideration given to the factors of proposed technical merit, price, and past performance. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). 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). Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22#120161)
 
Record
SN01045789-W 20060512/060510221428 (fbodaily.com)
 
Source
FedBizOpps 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.