Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 24, 2006 FBO #1671
SOLICITATION NOTICE

66 -- DSP dual phase lock-in amplifier

Notice Date
6/22/2006
 
Notice Type
Solicitation Notice
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Department of the Air Force, Direct Reporting Units, USAF Academy - 10 MSG/LGC, 8110 Industrial Drive Suite 200, USAF Academy, CO, 80840-2315
 
ZIP Code
80840-2315
 
Solicitation Number
Reference-Number-FE700061450017
 
Response Due
6/29/2006
 
Archive Date
7/14/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items or services 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; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotations (RFQ), in accordance with FAR Parts 12 & 13. The proposed acquisition is set aside 100% for small business. The NAICS code is 334515 and the size standard is 500 employees. Women owned and disabled veteran owned small businesses are encouraged to submit quotations. LINE ITEM 0001: DSP dual phase lock-in amplifier This will be a Brand Name or Equal acquisition. The Brand Name specified is the Stanford Research Systems SR830. The lock-in amplifier is a device capable of selectively amplifying only those signals that occur at the same frequency as a reference signal. This allows the user to measure very low level signals that would ordinarily be lost due to electronic noise. The system should consist of and the following are the salient physical, functional or performance characteristics: 1. RF Frequency lock-in amplifier 2. 1 mHz to 100 kHz bandwidth 3. sensitivity of 2nV to 1V 4. Input impedance of 10 M +25pF, AC or DC coupled 5. input noice of 6 nV/Hz at 1 kHz 6. line filters for 50/60 Hz and 100/120 Hz 7. dynamic reserve of >100dB 8. stability of 5 ppm/C 9. reference input can be TTL or sine (400 mVpp min) 10. phase resolution of 0.01 via front panel, 0.008 via computer interface 11. relative phase error of <0.001 12. must have both IEEE-488-2 and RS-232 computer interfaces for instrument control and read through. 13. works on standard US wall voltage/current 14. fits in standard 19? equipment rack Quantity 1 each Unit Price $_____________ Total Price $_______________. Delivery requirement: FOB for this RFQ is Destination. Proposals received with FOB other than Destination will not be considered. This is a 52.211-6 Brand Name or Equal acquisition. Offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors--Commercial Items, applies to this acquisition. Addendum to 52.212-1: The Acceptance Period is 60 days. The provisions at 52-212-2, Evaluation--Commercial Items applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose technically acceptable offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. Only technically acceptable offers will be evaluated. Offers will first be evaluated on a pass or fail basis to determine whether offers of equal products meets the salient physical, functional, or performance characteristics as stated above. Include in your offer descriptive literature such as illustrations, drawings, or a clear reference to information readily available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. If an offer cannot comply with every requirement, that offer will not be technically acceptable. The following factors shall be used to evaluate offers. Award will be made on the basis of determining the technically acceptable offer with the lowest evaluated price which meets or exceeds the requirements in this document. The Government intends to evaluate offers and make award without discussions; however, this does not preclude the Government from having discussions if it is in the best interest of the Government to do so. Offers shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items, and the 252.212-7000 Offeror Representations and Certifications with its offer (Attachment). The clause 52.212-4, Contract Terms and Conditions--Commercial Items, with the following addenda applies to this acquisition. Addendum to 52.212-4: , 52.247-34 FOB Destination (Nov 1991), 52.209-5 Certification Regarding Debarment, Suspension, Proposed Debarment, and Other Responsibility Matters (Dec 2001) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items applies to this acquisition. Additional FAR clauses cited in the clause applicable to this acquisition are: (b) 5, 11, 12, 13, 14, 15, 16, 19, 21 and 24. DFARS 252.212-7001, Contract terms and conditions required to implement status of Executive Orders applicable to Defense Acquisitions of Commercial Items (Nov 2001), applies to this acquisition with the inclusion of the following 52.203-3, DFARS: 252.204-7004, Required Central Contractor Registration, 252.225-7000, Buy American Act - Balance of Payments Program Certificate, 252.225-7001, and Buy American Act and Balance of Payments Program. 252.225-7012 Preference for Certain Domestic Commodities. 252.243-7002 Requests for Equitable Adjustment. The full text of a clause may be accessed electronically at http://farsite.hill.af.mil/ Offers must be received NLT 4:00PM Local Colorado Time, June 29, 2006, at 10th MSG/LGCB, ATTN: Mike Slocum Operational Contracting Office, 8110 Industrial Drive, Suite 200, USAF Academy, CO 80840-2315. Proposals must be clearly marked with the solicitation number and date/time due as well as with the statement: ?proposal enclosed ? time sensitive?. Quotations received after this date and time will be considered late in accordance with 52.212-1(f) and will not be evaluated.
 
Place of Performance
Address: USAF Academy
Zip Code: 80840
 
Record
SN01075666-W 20060624/060622221225 (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.