Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 13, 2006 FBO #1629
SOLICITATION NOTICE

66 -- RF Network Analyzer System

Notice Date
5/11/2006
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, MD, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
Reference-Number-PR-06-836-5862
 
Response Due
5/22/2006
 
Archive Date
6/6/2006
 
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. SIMPLIFIED ACQUISITION PROCEDURES ARE UTILIZED IN THIS PROCUREMENT. 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) 2005-09. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. This acquisition is100% small business set-aside. This is a brand name or equal requirement. Brand Name or Equal description is intended to be descriptive, but not restrictive and is to indicate the quality and characteristics of products that will be considered satisfactory to meet the agency requirement. The National Institute of Standards and Technology (NIST) has a requirement for a, RF Network Analyzer System.. All interested Offerors shall provide a quote for the following line item(s): Line Item 0001......1 EA Agilent PNA-L Model N5230; network analyzer or equivalent (see specification under Specifications).........$_________________ Line Item 0002 ?1 EA?? Agilent PNA-L Model N5230 or equal; frequency range shall be 10 MHz to 20GHz ........$_______________ Line Item 0003.........1 EA....Option-1CP-rack and front-handle kit or equvalent; rack mount kit for analyzer.......1 EA......$_________ Line Item 0004????Extended 3 year manufacture warranty........$________________ The system shall meet or exceed the following technical specifications: 1. Operating frequency range of 10 MHz to 20 GHz, with a resolution of 1 Hz or better. 2. Number of points per sweep to be variable between 10 and 1601. 3. IF bandwidth of 10 Hz to 1 kHz, in steps of not more than a factor of two between settings. 4. Trace noise no greater than 0.008 dB rms at 1 kHz IF bandwidth. 5. Temperature (Magnitude) stability no worse than 0.03 dB/degrees C. 6. Dynamic range of at least 108 dB at 20 GHz. 7. Trace phase noise not to exceed 0.06 degrees C with a 1 kHz IF bandwidth. 8. Phase noise not to exceed -65 dBc 9. Phase stability shall have a temperature coefficient of 0.45 degrees/degrees C or better. 10. System shall be capable of being phase-locked to an external 10 MHz signal. 11. System shall be capable of displaying and storing data for 16 different traces, using linear, log, and polar formats for all S parameters. 12. System ports shall be 3.5 mm RF connectors. 13. System shall be fully controllable over a GPIB interface. 14. System shall have a color display of at least 10 inches size. 15. Full documentation supplied in an English-language manual. 16. System shall be covered by 3-year warranty. 17. System power shall be 120 V, 60 Hz. 18. Network analyzer to have front handles and a rack-mount kit. Inspection and Acceptance Criteria 1. Physical inspection at NIST laboratory for adherence to specifications. 2. Performance check at NIST laboratory for adherence to performance specifications. Delivery shall be FOB DESTINATION and be completed in accordance with the Contractor?s commercial schedule. 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. The contractor shall deliver all line items to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-0001. Award shall be made to the offeror whose quote offers the to the Government lowest price technically acceptable. Evaluation of Technical Capability shall be based on the information provided in the quotation. Quotations shall include the make and model of the products, manufacturer sales literature or other product literature, which CLEARLY DOCUMENTS that the offered product(s) meet or exceed the specifications stated above. A rough schematic or diagram of the proposed instrument design should also be included. The following provisions and clauses apply to this acquisition: Provisions: 52.212-1, Instructions to Offerors-Commercial Items 52.212-3 Offeror Representations and Certifications-Commercial Items. Offerors shall complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following clauses apply to this acquisition: Clauses: 52.204-7 Central Contractor Registration 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: 52.219-6 Notice of Total Small Business Set-Aside 52.222-3, Convict Labor 52.222-19, Child Labor-Cooperation with Authorities and Remedies (16) 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36, Affirmative Action for Workers with Disabilities 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.225-3, Buy American Act-Free Trade Agreements- Israeli Trade Act 52.225-13, Restrictions on Certain Foreign Purchases 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 clauses may be viewed at www.acqnet.gov. All vendors shall submit the following: 1) An original and one (1) copy of a quotation which addresses all Line Items; 2) Two (2) Originals of the Technical description and/or product literature; 3) Description of commercial warranty; and 4) One (1) copy of the most recent published price list. All quotes shall be received not later than 3:30 PM local time, on May 22, 2006 at the National Institute of Standards & Technology, Acquisition and Logistics Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, MD 20899-3571, Attn: Tye Gibson. Because of heightened security, FED-EX, UPS, or similar delivery methods are the preferred method of delivery of quotes. If quotes are hand delivered, delivery shall be made on the actual due date through Gate A, and a 48 hour (excluding weekends and holidays) prior notice shall be made to the Contracts Office at 301-975-4959. NIST is not responsible for late delivery due to the added security measures. In addition, offerors/quoters who do not provide 24-hour notification in order to coordinate entrance to the NIST campus shall assume the risk of not being able to deliver offers/quotes on time. The Government is not responsible for the amount of time required to clear unannounced visitors, visitors without proper identification and without complete information that would allow delivery (i.e. point of contact, telephone POC, bldg., room number, etc.). If 24 hour notification was not provided, it is suggested your company representative or your courier service arrive at NIST at least 90 minutes prior to the closing time in order to process entry to the campus through the visitor center and complete delivery. Notice shall include the company name, name of the individual making the delivery, and the country of citizenship of the individual. For non-US citizens, the following additional information will be required: title, employer/sponsor, and address. Please ensure that the individual making the delivery brings photo identification, or they will be denied access to the facility. Faxed quotes will NOT be accepted.
 
Place of Performance
Address: NIST, Gaithersburg, MD
Zip Code: 20899
Country: USA
 
Record
SN01046124-W 20060513/060511220320 (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.