Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 04, 2010 FBO #3053
MODIFICATION

66 -- Pulsed IV System, Pulsed IV System Head, Installation and Training

Notice Date
4/2/2010
 
Notice Type
Modification/Amendment
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
RDECOM Contracting Center - Adelphi (RDECOM-CC), ATTN: AMSRD-ACC, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX10R0006
 
Response Due
4/7/2010
 
Archive Date
6/6/2010
 
Point of Contact
Andrew Ordway, 301-394-2029
 
E-Mail Address
RDECOM Contracting Center - Adelphi (RDECOM-CC)
(andrew.ordway@arl.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS 1. Class Code: 66 2. NAICS Code: 334515 3. Subject: Pulsed IV System, Pulsed IV System Head, Installation and Training 4. Solicitation Number: W911QX-10-R-0006 Amendment 0001 5. Set-Aside Code: N/A 6. Response Date: 04/07/2010 12:00pm 7. Place of Performance: US Army Research, Development and Engineering Command Acquisition Center, Adelphi Contracting Division 2800 Powder Mill Road Adelphi, MD 20783 USA 8. (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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii)The solicitation number is W911QX-10-R-0006 Amendment 0001. This acquisition is issued as an Request for Quote (RFQ). This acquisition will be a firm fixed price type contract. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38. (iv) The associated NAICS code is 334515. The small business size standard is 500. The SIC code is 3825. (v)The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN # DESCRIPTION QTY UNITS CLIN0001 Pulsed IV System1Each CLIN0002Shipping, Installation and Training1Each (vi) Description of requirements: C.1 Scope. The Contractor shall provide one (1) Pulsed Current Voltage Test System to include the shipping, installation and on-site training. C.2 Requirements C.2.1 The Contractor shall provide one (1) integrated, instrument grade, Pulse Current Voltage Test System for testing AlGaN/GaN and other material system transistors. The Contractor shall ensure the system meets the following requirements and the Contractor must clearly state how their offer meets each requirement. C.2.1.1 The Contractor shall ensure the system supplies a fixed bias between zero (0) and 200 volts (V) direct current (DC) from drain to source of a transistor for testing. The Contractor shall ensure the system simultaneously supplies a fixed DC bias between -10 and +4 V DC from gate to source of the transistor. C.2.1.2 The Contractor shall ensure that the DC bias from gate to source shall produce at least 60 mA through the gate terminal. C.2.1.3 The Contractor shall ensure that the DC bias from drain to source produces at least 1.5 amps (A) through the drain terminal. C.2.1.4 The Contractor shall ensure the referenced integrated system in C.2.1 creates rectangular shaped voltage pulses with a minimum width of 200 nanoseconds (ns) simultaneously on both the drain-source circuit and the gate-source circuit, when connected to the transistor in a common source configuration and while also simultaneously being biased with a DC bias applied across the drain-source terminals and the gate-source terminals with these DC bias values being chosen from any fixed quiescent bias point within the voltage ranges in C.2.1.1. C.2.1.5 The Contractor shall ensure that one pulsed source in C.2.1.4 is capable of producing at least 1.5 A through the drain terminal in a common source configuration, with a minimum pulse width of 200 ns. The minimum pulse height must be 0.0 A and a variable range of pulse heights from 0 to 1.5 A must be possible. C.2.1.6 The Contractor shall ensure that the second pulse source in C.2.1.4 simultaneously with the C.2.1.5 pulse source at the drain terminal, pulse the voltage bias between the transistors gate and source terminals from any lower value within the voltage range of -10 V to 4 V to any upper value within this range with a minimum pulse width of 200 ns. C.2.1.7 The Contractor shall ensure the voltage pulse produced by this source in C.2.1.6 has both a variable base voltage and a variable top voltage of the pulse and both are within a range from -10 V to 4 V. This second pulse source must produce at least 40 mA through the gate terminal when needed. C.2.1.8 The Contractor shall ensure that both gate and drain pulsers produce variable pulse widths from 200 ns to 1 ms. C.2.1.9 The Contractor shall ensure a minimum of two pulsers each with minimum pulse widths of 200 ns are supplied to simultaneously pulse two device terminals, and a minimum of two DC power supplies are provided for the DC biases between drain and source terminals and gate and source terminals. C.2.1.10 The Contractor shall ensure the integrated system has the ability to supply at least 200 watts between drain and source. C.2.1.11 The Contractor shall supply precision calibration standards for the system. C.2.1.12 The Contractor shall ensure the integrated systems pulsed sources duty cycles vary over the range 0.1% to 100%. C.2.1.13 The Contractor shall ensure the system comes with a controller and the software to run the controller. C.2.1.14 The Contractor shall ensure the system does not occupy a space greater than four (4) feet by four (4) feet by six (6) feet high. C.2.1.15 The Contractor shall ensure that the system has its own computer and computer operating system. C.2.1.16 The Contractor shall ensure that the system provides plots of drain current vs. drain-source voltage bias at multiple gate-source voltage biases when DC or pulsed biases are applied between the drain and source terminal and between the gate and source terminal of the transistor under test. C.2.1.17 The Contractor shall ensure the integrated system provides a video terminal or integrated display for displaying the plots in C.2.1.16. C.2.1.18 The Contractor shall ensure the system provides the data for the plots in C.2.1.16 in American Standard Code for Information Interchange (ASCII) format to ensure plots for reproduction in other graphical programs. C.2.1.19 The Contractor shall ensure the system creates Microsoft Windows compatible files of the plotted data. The Contractor shall ensure the system allows transfer of these files to other Microsoft Windows based computers. C.2.1.20 The Contractor shall ensure the system has an internal hard drive to store the data files. C.2.1.21 The Contractor shall ensure the system includes power supplies for the controller, monitor, hard drive and file transfer mechanism. C.2.1.22 The Contractor shall ensure that all parts are electrically connected with cables provided by the contractor. The Contractor is not responsible for providing cables connecting externally to the device under test (drain-to-source and gate-to-source connections). C.2.2 Shipping, On-Site installation, Training: C.2.2.1 The Contractor shall ship, install, calibrate and perform verification tests to ensure full functionality of the Pulsed Current-Voltage Test System in the Electronics Technology Branch, Sensors and Electron Devices Directorate of the Army Research Laboratory, (mailstop RDRL-SER-E), within 14 weeks of contract award. C.2.2.2 The Contractor shall provide a minimum two (2) day on-site training of the system, including system operation and calibration, coincident with installation. The Contractor shall hold the on-site training during the trip taken to install the integrated system. C.2.2.3 The Contractor shall provide an instruction manual in paper format, as well as either cd or dvd format, before departing from the two (2) day training session. (vii) Delivery is required by 07/14/2010. Delivery shall be made to the Army Research Lab, 2800 Powder Mill Road, Adelphi, MD 20783. Acceptance shall be performed at Army Research Lab, 2800 Powder Mill Road, Adelphi, MD 20783. The FOB point is destination. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: NONE. (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical, Past Performance and Price. The Technical element of the evaluation will be a determination as to whether the proposed product meets the performance characteristics and specifications in the solicitation. The Technical element of the evaluation shall be based solely on information furnished by the vendor. The Government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the Government to determine whether the product meets the performance characteristics and specifications of the requirement. If the offeror proposes to modify a product so as to conform to the requirement of this solicitation, the offeror shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. Past performance will be evaluated based on information provided by the offeror as to actual sales of the proposed product to industry or Government agencies. Past performance will consider the ability of the offeror to meet technical specifications, delivery schedules (with warranty fulfillment and maintenance reputation included as applicable). Offerors shall include four (4) records of sales from the previous twelve (12) months. Offerors shall identify a point of contact for each sale by providing a name and telephone number. Price will be evaluated based on the total proposed price, including options, (if any).Technical and past performance are of equal importance and when combined are significantly more important than price. The Government reserves the right to award to other than the lowest price and to award without discussions. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications -Commercial Items, with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause NONE. (xii)The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: 52.203-3, 52.203-6, 52.203-6 Alternate 1, 52.219-4, 52.219-8, 52.219-23, 52.219-25, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-3, 52.225-13, 52.232-29, 52.232-33, 252.225-7001, 252.225-7012, 252.225-7014, 252.227-7015, 252.227-7037, 252.232-7003, 252.243-7002, 252.247-7023 (xiii)The following additional contract requirement(s) or terms and conditions apply: The below listed local clauses apply to this solicitation. The full text of the clauses can be provided upon request and are not provided in this document due to posting document size limitations. Requests can be made to andrew.ordway@arl.army.mil : 52.004-4409 RDECOMCC POINT OF CONTACT, 52.016-4407 TYPE OF CONTRACT, 52.046-4400 GOVERNMENT INSPECTION AND ACCEPTANCE, 52.032-4418 TAX EXEMPTION CERTIFICATE, 52.032-4431 WIDE AREA WORKFLOR (WAWF) PAYMENT INSTRUCTIONS, 52.005-4401 RELEASE OF INFORMATION BY MANUFACTURERS, RESEARCH ORGANIZATIONS, EDUCATIONAL INSTITUTIONS, AND OTHER COMMERCIAL ENTITIES HOLDING ARMY CONTRACTS, 52.011-4401 RECEIVING ROOM REQUIREMENT ALC, (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A. (xv) The following notes apply to this announcement: N/A. (xvi) Offers are due on 04/07/2010, by 12:00 pm, at either andrew.ordway@arl.army.mil, Fax# 301-394-3184, mailed to the address in section (7) above with the addition of ATTN: Andrew Ordway. (xvii) For information regarding this solicitation, please contact Andrew Ordway, Phone: 301-394-2029, email: andrew.ordway@arl.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c39f477b1324d5ae6adcf4c1d5010792)
 
Place of Performance
Address: RDECOM Contracting Center - Adelphi (RDECOM-CC) ATTN: AMSRD-ACC, 2800 Powder Mill Road Adelphi MD
Zip Code: 20783-1197
 
Record
SN02111969-W 20100404/100402235850-c39f477b1324d5ae6adcf4c1d5010792 (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.