Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 23, 2008 FBO #2462
SOLICITATION NOTICE

52 -- Brand Name or Equal to Arbitrary Waveform Generator AWG7102 and Digital Sampling Scope DPO72004 for the Electronic Proving Ground, Fort Huachuca, Arizona 85613

Notice Date
8/21/2008
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of the Army, Army Contracting Agency, South Region, ACA, White Sands Missle Range, ACA, White Sands Missile Range, Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street, White Sands Missile Range, NM 88002-5201
 
ZIP Code
88002-5201
 
Solicitation Number
W9124Q-08-R-EPGAWG
 
Response Due
8/29/2008
 
Archive Date
10/28/2008
 
Point of Contact
Carmen Simotti, 520-533-8189<br />
 
Small Business Set-Aside
N/A
 
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. This requirement is issued under the Simplified Acquisition Procedures in accordance with FAR 52.211-6 for brand name or equal. The Electronic Proving Ground, Fort Huachuca, Arizona is soliciting proposals for the following required items: CLIN 0001, 1 each; Arbitrary Waveform Generator. Performance meeting or exceeding the characteristics of the Tektronix AWG7102, minimum options and performance enhancements. Characteristics are as follows: (a)12 GigaSamples per Second(GS/S) 10 Bit 32 Mega(M) Point, 2 channel Arbitrary Wave Form Generator (AWG) with certificate of traceable calibration. (b) 64M record length extension for all channels 128M on interleaved channel. (c) 24GS/S Interleave capability for extended output bandwidth including the connections for the interleave function including interleave skew and amplitude control. (d) Calibration service for 3 years which provides traceable functional verification applicable to the product. (e) RF Express software package to be used for I/Q, IF and RF signal file creation with the AWG7102. Shall allow for a minimum of 2 concurrent users of this software. (f) Serial Express Advanced Jitter Generation software package for the AWG7000. Minimum of one concurrent user. (g) Minimum RAM on internal CPU to be 2 Gigabyte. CLIN 0002, 1 each, Digital Sampling Scope. Performance meeting or exceeding the characteristics of the Tektronix DPO72004, minimum options, and performance enhancements. Characteristics are as follows: (a) 20 GHz Digital Phosphor Oscilloscope with certificate of traceable calibration standard. (b) A record length of 200m samples per channel minimum. (c) DPOJET advanced Jitter and Eye Diagram Analysis software for 70000 series oscilloscope. (d)Ultra-Wideband spectral analysis software for the DPO72004 oscilloscope. (e) Advanced event search and mark for the DPO72004 oscilloscope. (f) Serial Protocol trigger and decode for DPO72004 oscilloscope. (g) Calibration service for 3 years which provides traceable functional verification applicable to the product. (h) 1 Meg quantity of 2 adaptor modules with and probes for to achieve 500MHz bandwidth minimum. Must be compatible with the TekConnect interface of the DPO72004 oscilloscope. (i) Quantity of 4 Type N connectors for use with the TekConnect interface of the DPO72004 oscilloscope. (j)Quantity 1 BNC connector for use with the TekConnect interface of the DPO72004 oscilloscope. (k) Quantity 1 scope probe with 6GHz bandwidth at probe tip for use with the DPO72004 oscilloscope. CLIN 0003, 16 hours, onsite training at Fort Huachuca, Arizona by subject matter expert on AWG7102 and related software products for up to 6 students. Training will be a minimum of 40 days after delivery of CLIN 0001 above. CLIN 0004, 16 hours, onsite training at Fort Huachuca, Arizona by subject matter expert on DPO72004 and related software products for up to 6 students. Training will be a minimum of 40 days after delivery of CLIN 0002 above. FOB DESTINATION: Fort Huachuca, Arizona. Payment will be made by Defense Finance and Accounting under provisions of Wide Area Work Flow under Net 30 Terms. Offers are due no later than 12 noon, Mountain Standard Time, 29 August 2008. Anticipated delivery date for the equipment is not later than 100 days after contract award. Offers shall be submitted electronically at: carmen.simotti@us.army.mil. EVALUATION CRITERIA/ PROCEDURES: The offers will be evaluated based on the following best value criteria in descending order of importance: Meeting the requirement, Proposed Delivery Schedule, Past Performance, and Price. The result of the award will be posted in Fedbizopps(http://www.fbo.gov/) under Award Notices. Questions pertaining to the Award Notice must be submitted in writing. For additional information, contact Carmen Simotti at (520) 533-8189 or carmen.simotti@us.army.mil. The synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. This is full and open competition. The NAICS code is 334515. The solicitation is issued as a request for proposal (RFP) and will be awarded as a firm-fixed-price. All prospective offerors must be actively registered in the Central Contractor Registration. Offerors may register online at https://www.bpn.gov/CCR/scripts/index.html. All Electronic and Information Technology will be Section 508 of the Rehabilitation Act of 1973 compliant. The following FAR provision 52.212-1, Instruction to Offerors Commercial items, applies to the acquisition. FAR provision 52.212-2, Evaluation of Commercial Items, applies to the acquisition (See evaluation criteria above). Offerors shall include a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications Commercial Items or ORCA, and furnish Offeror's Tax Identification Number, CAGE Code, DUNS Number, and applicable FSC Codes with its offer. FAR clauses 52.212-4, Contract Terms and Conditions Commercial Items and 52.212-5, Contract Terms and Conditions Required Implementing Statutes or Executive Orders Commercial Items apply to this acquisition. FAR clause 52.219-8, Utilization of Small Business Concerns apply. DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions or Commercial Items (Mar 2008). The government reserves the right to select for award, all, some, or none of the proposals received in response to this announcement.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=41b206c15c343b0bcecfa71c6a57c907&tab=core&_cview=1)
 
Place of Performance
Address: Mission and Installation Contracting CMD, E&IO, Electronic Proving Ground Directorate of Contracting, Bldg 55350, 2000 Arizona Street Fort Huachuca AZ<br />
Zip Code: 85613-7063<br />
 
Record
SN01647521-W 20080823/080821222836-41b206c15c343b0bcecfa71c6a57c907 (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.