Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 03, 2010 FBO #3266
MODIFICATION

70 -- SIGNAL ANALYZER, TEST INSTRUMENT & GENERATOR

Notice Date
11/1/2010
 
Notice Type
Modification/Amendment
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Other Defense Agencies, OSD - Public Affairs for Internal Communication, Defense Media Activity, 23755 Z Street, Riverside, California, 92518-2031, United States
 
ZIP Code
92518-2031
 
Solicitation Number
HQ002802787000
 
Archive Date
11/27/2010
 
Point of Contact
Milagros C. Halstead, Phone: 9514132509, Jessie Feliciano, Phone: 951-413-2406
 
E-Mail Address
Milagros.Halstead@dma.mil, jessie.feliciano@dma.mil
(Milagros.Halstead@dma.mil, jessie.feliciano@dma.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis/Solicitation SIGNAL ANALYZER, TEST INSTRUMENT and GENERATOR This is a combined synopsis/solicitation for Unique to manufacture 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; a written solicitation will not be issued. Solicitation/synopsis reference numbers HQ00280278-7000, HQ00280279-7038, and HQ00280279-7043 is being issued as a Request for Quotations (RFQ) and incorporates the following with the word "quoter" substituted for "offeror". Provisions and clauses are those in effect through Federal Acquisition Circular 2005-4B effective 2 AUGUST 2010 and DFARS Change Notice 20100802. (1) FAR 52.212-1 (Instructions to Offerors - Commercial Items) (JUN 2008) : (a) Re para (a): NAICS 334220; this requirement is 100% Set-Aside for Small Business, Size Standard 750 employees. (b) Note that para (k) requires quoter to be registered with the Central Contractor Registration (CCR) database at time of contract award and throughout the performance period. (2) FAR 52.212-2 (Evaluation - Commercial Items) (JAN 1999) with the following insertion in para (a) "lowest priced technically acceptable quote with acceptable past performance." Technical evaluation will be whether quoted items satisfy all required salient characteristics contained in CLIN 0001 thru CLIN 0003. Technical specifications for quoted items MUST accompany the offeror's proposal submission in order to be considered. (3) QUOTATIONS MUST BE RECEIVED NOT LATER THAN 2:00 PM PACIFIC TIME 12 NOVEMBER 2010 IN ORDER TO BE CONSIDERED. Quote submissions may be E-mailed to milagros.halstead@dma.mil or sent via fax to (951) 413-2432. Due to technical issues, email and fax may not result in your proposal arriving before the cut-off time, please allow extra time if you're sending your quote via electronic means. Quotations must include completed copy of provision at FAR 52.212-3 (Offeror Representations and Certifications - Commercial Items) (AUG 2009) with Alt 1 (APRIL 2002) or indication that reps and certs are located on the Online Representations and Certifications Application (ORCA) website. CLIN 0001 Description: RF; TEST/ANALYZE TERRESTRIAL (OFF-AIR), SATELLITE, CABLE SIGNALS; FREQUENCY RANGE: 4-1010MHZ TV, 930-2150MHZ SATELLITE; MODULATIONS: QPSK, 8PSK, 8VSB, QAM; PROVIDES DECODED VIDEO AND PROGRAM STREAMS FOR ALL IN-THE-CLEAR CHANNELS; SAT FINDER QUICK SATELLITE DISCOVERY/DISH ALIGNMENT; PRE-PROGRAMMED SATELLITE/TRANSPONDER CHANNEL PLAN; DIGITAL AND ANALOG SIGNAL LEVELS/CHARACTERISTICS (MER, NOISE MARGIN, PRE/POST BER, AVERAGE PEAK LEVEL, EVM, C/N, CONSTELLATION); GRAPHIC DOT-MATRIX LCD, (64X128) 4-IN COLOR DISPLAY; USER UPGRADABLE FIRMWARE; USB 2.0 DATA CONNECTION; PWR RQMTS: 120VAC, 60HZ. SIGNAL ANALYZ Part Number: SLM 1475 (qty 2 each) CLIN 0002 Description: OSCILLOSCOPE, LOGIC ANALYZER, PROTOCOL ANALYZER; RACK MOUNTABLE(8-RU); 15-IN COLOR XGA DISPLAY; ANALOG BANDWIDTH: 600-MHZ(50-OHM); INPUT CHANNELS: 4-EA ANALOG, 16-EA DIGITAL; INPUT IMPEDANCE: 50-OHM, 1-MOHM(11PF TYPICAL); INPUT SENSITIVITY: 1-MV/DIV TO 1-V/DIV(50-OHM), 1-MV/DIV TO 5-V/DIV(1-MOHM); CHANNEL-TO-CHANNEL ISOLATION: 50-DB AT DC TO 50-MHZ, 40-DB AT 50-MHZ TO 1-GHZ, 25-DB AT 1-GHZ TO 4-GHZ; MAXIMUM INPUT VOLTAGE: +/- 40-V; MAXIMUM REAL TIME SAMPLE RATE: 2-GSA/S; MAXIMUM MEMORY DEPTH PER CHANNEL: 128/64-MPTS WITH 2-GSA/S; TYPICAL RISE TIME/FALL: 360-PS; PROTOCOL ANALYZER SUPPORTS: CAN, FLEXRAY, I2C, JTAG, LIN, MIPI D-PHY, PCLE, RS-232/UART, SATA, SPI, USB, 8B/10B; I/O PORTS: LAN SUPPORTS 10BASE-T, 100BASE-T, AND 1000BASE-T (RJ-45 CONNECTOR), RS-232 (SERIAL COMI), PRINTER AND POINTING DEVICE SUPPRT, PARALLEL CENTRONICS PRINTER PORT, 2 EA PS/2 (SUPPORTS PS/2 POINTING AND INPUT DEVICES) 3 EA USB 2.0 PORTS, DUAL-MONITOR VIDEO OUTPUT (15 PIN XGA), TIME BASE REFERENCE OUTPUT: 10- MHZ; PWR RQMNTS: 100-120VAC, 400HZ, 100-240VAC, 50/60HZ; C/W: MS09000A-800 HARD DRIVE OPTION. TEST INSTRUME Part Number: MSO9064A W/OPTS (qty 1 each) CLIN 0003 Description: SYNC SIGNAL; HALF RACK WIDTH; GENLOCK; TEST SIGNALS: ANALOG BLACK BURST/TEST SIGNAL, SD-SDI BLACK/TEST SIGNAL, AES/EBU DIGITAL AND ANALOG AUDIO SIGNAL; C/W: QUICK REFERENCE, CD-ROM, REPLY CARD, PACKING LIST, CERTIFICATE; DIM: 1.72-IN H X 8.1-IN W X 17.2-IN D; PWR RQMTS: 90-250VAC, 50/60 HZ. GENERATOR Part Number: SPG300 (qty 1 each) All items must be quoted FOB Destination. It is the responsibility of all interested quoters to review this site frequently for any updates/amendments that may occur during the solicitation process. The response date cited above does not obligate the Government to award a contract nor does it obligate the Government to pay for any proposal preparation costs. The Government reserves the right to cancel this procurement/solicitation either before or after the solicitation closing date, with no obligation to the quoter by the Government. All prospective contractors must be registered in the Central Contractor Registration (CCR) in order to be eligible for contract award. For registration, go to http://www.ccr.gov/ and follow the instructions. The Government will issue an order to the responsible quoter, with acceptable past performance, submitting the lowest priced technically acceptable quotation. This order will include the following referenced clauses which may be accessed electronically at www.arnet.gov: FAR 52.204-9 (Personal Identity Verification of Contractor Personnel) (SEP 2007) FAR 52.212-4 (Contract Terms and Conditions-Commercial Items) (JUNE 2010) FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items) (JULY 2010) FAR 52.219-6 Notice of total Small Business Set Aside (june 2003) FAR 52.219-8 (Utilization of Small Business Concerns) (MAY 2004) FAR 52.232-33 (Payment by Electronic Funds-Central Contractor Registration) (OCT 2003) DFARS 252.204-7004, Alt A (Required Central Contractor Registration (CCR) (SEP 2007) DFARS 252.232-7003 (Electronic Submission of Payment Request) (MAR 2008) DFARS 252.246-7000 (Material Inspection and Receiving Report) (MAR 2008) Additional FAR and DFARS clauses required by the regulations will be included. Local DMC clauses, 52.0100-4028 (Contract Contact Information) (DMC) (JUN 2005) and 52.0100-4094 (Marking Instructions for All Items to Include Drop Ship and Direct Shipment) (JUN 2006), will be included. Prepared By: Milagros Halstead Purchasing Agent Approved for posting: Jessie Feliciano Contracting Officer
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/AFIST-ASA/MarchARBCA/HQ002802787000/listing.html)
 
Place of Performance
Address: PR W6BM USAG WEST POINT, US MILITARY ACADEMY SSA WAEHOUSE, BLDG 917 WASHINGTON RD, WEST POINT, NY 10996-1595, WEST POINT, New York, 10996-1595, United States
Zip Code: 10996-1595
 
Record
SN02320007-W 20101103/101101233924-5b667b686ce9eb136025185936da6555 (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.