Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 24, 2010 FBO #3014
SOLICITATION NOTICE

66 -- Symmetricom Phase Noise Test Set - SF-18, RA1341-10-RQ-0346

Notice Date
2/22/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Acquisition Division-Boulder, 325 Broadway - MC3, Boulder, Colorado, 80305-3328, United States
 
ZIP Code
80305-3328
 
Solicitation Number
RA1341-10-RQ-0346
 
Archive Date
3/16/2010
 
Point of Contact
Brenda S. Summers, Phone: (303) 497-5588
 
E-Mail Address
brenda.s.summers@noaa.gov
(brenda.s.summers@noaa.gov)
 
Small Business Set-Aside
N/A
 
Description
Brand Name Justification – RFQ RA1341-10-RQ-0346 SF-18, RA1341-10-RQ-0346 COMBINED SYNOPSIS/SOLICITATION Symmetricom Phase Noise Test Set (I) This 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 and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number RA1341-10-RQ-0346. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38. (IV) This solicitation is unrestricted and open to all sources. The associated NAICS code is 334519. The small business size standard is 500 employees. (V) This combined solicitation/synopsis is for purchase of the following commercial items: Line Item 0001: BRAND NAME, SYMMETRICOM PHASE NOISE TEST SET, PART NUMBER 5125A, EXTENDED RANGE PN & ADEV TEST SET, 1-400 MHz INPUT, 1 EACH. ONLY NEW EQUIPMENT WILL BE ACCEPTED. (VI) Description of requirements is as follows: SPECIFICATIONS: 1. Ability to compare a test and reference microwave source with unequal carrier frequencies. 2. Frequency range at least up to 400 MHz. 3. Measurements of the phase noise at offset frequencies from below a mHz up to 1 MHz. 4. Easy to use interface and graphical display with the option for computer control. Easy transfer of data from device to data files for offline analysis. 5. Phase noise floor of <-165 dBc/Hz at 10 kHz from the carrier and <-120 dBc/Hz at 1 Hz from the carrier for a 100 MHz carrier frequency. Phase noise floor of <-170 dBc/Hz at 10 kHz from the carrier and <-140 dBc/Hz at 1 Hz from the carrier for a 10 MHz carrier frequency. (VII) Required delivery 75 days ARO. Place of Delivery is 325 Broadway, Bldg. 22, Boulder, CO 80305-3328, USA. Delivery shall be FOB Destination, quote shall include all shipping charges, if applicable. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (June 2008), applies to this acquisition. In addition to written price quotes, offerors are instructed to complete and return the attached Standard Form 18. (IX) FAR 52.212-2, Evaluation - Commercial Items (Jan 1999), applies to this acquisition. Paragraph (a) is hereby completed as follows: 1) Technical Capability: Must meet all specifications as stated in (VI) above. 2) Price: Quote must state price in U.S. Dollars. 3) Delivery: Quote must include delivery schedule 4) Warranty: Quote must state warranty, if applicable. Offers will be evaluated based on price and the factors set forth in paragraph (a), and award will be made to the firm offering the best value to the Government on an all or none basis. This will be a firm fixed-price purchase order, with payment terms of Net 30. (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Aug 2009), with its quote. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Mar 2009), applies to this acquisition. (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Feb 2010) applies to this acquisition. The following clauses under subparagraph (b) apply: (18) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). (19) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (20) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009) (E.O. 13126). (21) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (22) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (24) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). (30) 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). (31)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (June 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, and 110-138). (33) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (38) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). (XIII) The following clauses are also applicable to this acquisition: 52.252-2 Clauses Incorporated By Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http:www.arnet.gov (End of clause) The following additional terms and conditions apply: 52.214-34 Submission of Offers in the English Language (Apr 1991) 52.214-35 Submission of Offers in U.S. Currency (Apr 1991) Department of Commerce Clauses: 1352.215-73 Inquiries (March 2000) Offerors must submit all questions concerning this solicitation in writing by email to the Contracting Officer. They must be received no later than 4:00 PM MST February 24, 2010. All responses to the questions will be made in writing and included in an amendment to the solicitation. (XIV) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply. (XV) Quotes are required to be received in the contracting office no later than 10:00 A.M. MST/MDT on March 1, 2010. All quotes must be faxed or emailed to the attention of Brenda Summers. The fax number is (303) 497-3163 and email address is Brenda.S.Summers@noaa.gov. (XVI) Any questions regarding this solicitation should be directed to Brenda Summers, Purchasing Agent, 303-497-5588, Brenda.S.Summers@noaa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/MASC/RA1341-10-RQ-0346/listing.html)
 
Place of Performance
Address: 325 Broadway, Boulder, Colorado, 80305-3328, United States
Zip Code: 80305-3328
 
Record
SN02071621-W 20100224/100223000235-f3a395597735629ab292cdc322c5ee6f (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.