Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 14, 2006 FBO #1691
SOLICITATION NOTICE

36 -- Power Amplifiers

Notice Date
7/12/2006
 
Notice Type
Solicitation Notice
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of Justice, Federal Bureau of Investigation, Engineering Contracts Unit/PPMS, FBI Engineering Research Facility Building 27958A, Room A-263, Quantico, VA, 22135
 
ZIP Code
22135
 
Solicitation Number
RFQ3292
 
Response Due
7/19/2006
 
Archive Date
8/3/2006
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. The National American Industry Classification Code is 334220 with a Business Size Standard of 750 employees. All responsible sources may submit a quote which shall be considered. The Federal Bureau of Investigation (FBI) has a requirement for a one-time, firm-fixed price purchase of the following equipment/supplies: 1) Amplifier Research Model 50S1G4A, 50 Watt CW, .8-4.2 GHz Power Amplifier w/DCP, IEEE & RS-232 interfaces ? Quantity (1); 2) Amplifier Research Model 50W1000B, 50 Watt CW, 1-1000 MHz Power Amplifier w/DCP, IEEE &RS-232 interfaces ? Quantity (1); 3) Amplifier Research Model DC3002A, 100kHz-1000 MHz, 120 Watt, Dual Directional Coupler (for model 50W1000B) ? Quantity (2); 4) Amplifier Research Model DC7144A, .8 ? 4.2 GHz, 400 Watt, Dual Directional Coupler (40 dB) (for model 50S1G4A) ? Quantity (2);: One year labor and parts warranty. Minimum salient characteristics are as follows: 1. Needs to deliver continuous (CW) power output of 50 Watts minimum into a 50-ohm load through a type N female connector located on the front of the unit. 2. Needs to provide an overall gain of 40dB, minimum 3. Needs to develop gain using a Class A amplification topology. 4. Needs to maintain a gain flatness of less than 1dB over any 10MHz bandwidth within the specified range of the instrument. 5. Must exhibit total harmonic distortion no greater than 5 percent at 50 Watts output power. 6. Must be capable of suppressing all non-harmonic spurious outputs by a minimum of 60 dB below the carrier. 7. Must be capable of operating over a range of 1 MHz to 2.5 GHz (this can be accomplished in one or two bands, provided no more than two separate amplifier products are necessary for total coverage). 8. Must be able to incorporate protection circuitry to protect the instrument against output short circuits, gross impedance mismatch, and over-temperature. 9. Must be packaged in a standard 19 inch rack mount enclosure for use in a controlled laboratory environment without forced air cooling. 10. Must operate on standard 110VAC/Single Phase. Unless visibly marked that the vendor is quoting an equal product, the offered items shall be considered the brand name product as referenced in this announcement. If offering an ?or equal? product, the brand name of the product furnished shall be clearly identified on the quote. The evaluation of quotes and the determination as to the equality of the product shall be the responsibility of the Government and shall be based on information provided by the vendor. The purchasing activity is not responsible for locating or securing any information not identified in the quotation and reasonably available to the purchasing activity. All compliant quotes received by the due date will be considered by the government. All quotes must identify FOB Destination, Quantico, VA and must include any shipping charges and the delivery time period. Delivery will be to the Engineering Research Facility, Quantico, VA 22135. All quotes shall be submitted to the Newington Annex, 8540 Terminal Rd., Lorton, VA 22079, Attn: Charlie Weschler, no later than 12:00 PM, EST, 19 July 2006. No hand carried responses will be accepted. Fax quotes will be accepted, and in fact, are encouraged at (703) 339-2760. Quotes must clearly be marked with RFQ-E003292. Bidders are hereby notified that if your quote is not received by the date/time and location specified in this announcement, it will not be considered. As prescribed in FAR 12.301 (b)(2), an offeror shall complete only paragraph (j) of the 52.212-3 provision, if they have successfully completed the annual representations and certifications via the online website at http://orca.bpn.gov. Otherwise, offerors are to include a complete copy of the provision at 52.212-3, Offeror Representations and Certifications ? Commercial Items, with their offer. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-09. The provision at 52.212-1, Instructions to Offerors ? Commercial, applies to this acquisition. The provision at 52.212-2, Evaluation - Commercial Items, is applicable. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders- Commercial Items, applies to this acquisition. Addendum to 52.212-1 Modify: (b) Submission from offer(s) is to read as follows: Submit signed and dated offer(s) to the attention of Mr. Charles A. Weschler, Contracting Officer, at FBI, RFQ-E003292, Newington Annex, 8540 Terminal Rd., Lorton, VA 22079. At clause 52.212-4, add 52.233-2 Service of Protest (AUG 1996), Department of Justice (DOJ), Justice Acquisition Regulation (JAR) Clauses, 2852.233-70 Protest Filed Directly with the Department of Justice (JAN 1998), and 2852.201-70 Contracting Officer?s Technical Representative (COTR)(JAN 1985), Mr. Anthony Baumann, Chief Contracting Officer, Federal Bureau of Investigation, 935 Pennsylvania Ave., NW, Washington, DC 20535-0001 shall serve as the FBI?s contact in accordance with 52.233-3 Protest After Award. Additional Clause(s) that apply to this RFQ are 52.211-6 Brand Name or Equal (AUG 1999). The Government will award a contract to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers (i) technical, (ii) warranty , (iii) past performance, and (iv) price. The Government reserves the right to evaluate technical compliance and make a best value decision. This could result in award to other than the lowest price offer. The areas of technical capability, warranty and past performance are of significantly higher importance when compared to price. The technical evaluation will consist of reviewing and evaluating the ?or equal? literature for compliance with meeting or exceeding Brand Name specifications. If the Offeror fails to provide the descriptive literature as requested, it shall be grounds for disqualifying the offer. Warranty ? The offeror exceeding the standard commercial warranty, and offering the government the best value shall be rated higher. Past Performance will be based on telephonic performance evaluations received from previous contracts provided on the quote. The evaluation of the RFQ will be in accordance with Parts 12, 13, and 15 of the FAR. Website: full text of the FAR clauses can be found at http://www.acqnet.gov/far. Full text of JAR clauses can be found at: http://www.doj.gov. Contact Charlie Weschler at (703) 339-2730 for information regarding this solicitation.
 
Record
SN01087203-W 20060714/060712220459 (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.