Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2011 FBO #3521
SOLICITATION NOTICE

66 -- AMPLIFIER/MULTIPLIER CHAIN

Notice Date
7/14/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, Maryland, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
NB685080-11-04778
 
Archive Date
8/10/2011
 
Point of Contact
Prateema E. Carvajal, Phone: 301-975-4390, Todd D Hill, Phone: 301-975-8802
 
E-Mail Address
prateema.carvajal@nist.gov, todd.hill@nist.gov
(prateema.carvajal@nist.gov, todd.hill@nist.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT SHALL NOT BE ISSUED. THE SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. This acquisition is 100% set-aside for small business. In accordance with the non-manufacturer rule, the contractor shall be a small business under the applicable size standard and shall provide either its own product or that of another domestic small business manufacturing or processing concern. See FAR 19.102(f) for additional information. Quoters shall submit all questions concerning this solicitation in writing to Prateema.carvajal@nist.gov. Questions should be received no later than 7 calendar days after the issuance date of this solicitation. Any responses to questions shall be made in writing, without identification of the questioner, and shall be included in an amendment to the solicitation. All responsible quoters shall provide a quotation for the following line items: Line Item 0001: One (1) each, Amplifier/multiplierchain Contractor shall meet or exceed the following specifications: 1. A turn key, amplifier/multiplier chain to be rapidly sweepable (chirpable) across the 90-140 GHz region. 2. The time to sweep over the 90-140 GHz region shall be less than 1 usec. 3. The minimum power delivered over this region shall not be less than 5 mW. 4. Input signal required shall be less than 20 GHz with power less than 18 dBm. Line Item 0002: One (1) each, Sub harmonic heterodyne detectors Contractor shall meet or exceed the following specifications. For the 90 - 140 GHz region: 1. A turn key, chirpable mixer amplifier chain for 90-140 GHz region including xn/amplifier/x2/x2/ sub-harmonic mixer/diagonal horn antenna (25 dB gain). 2. Conversion loss to IF shall be less than 14 dB (single side band, SSB) across band. 3. IF output bandwidth shall be from DC to at least 12 GHz. 4. Input signal required shall be less than 20 GHz with power less than 18 dBm. 5. System shall be optimized for chirpable performance (fast frequency sweeps of less than 1 usec) and be matched to frequency band of the amplifier chain specified above. 6. A 22dB Conical horn matched to this frequency band. Line Item 0003: One (1) each, Sub harmonic heterodyne detectors Contractor shall meet or exceed the following specifications. For the 170 - 260 GHz region: 1. A turn key, chirpable mixer amplifier chain for 170-260 GHz region including xn/amplifier/x2/x2/x2/ sub-harmonic mixer/diagonal horn antenna (25 dB gain). 2. Conversion loss to IF should be less than 20 dB (single side band, SSB) across band. 3. IF output bandwidth shall be from DC to at least 25 GHz. 4. Input signal required shall be less than 20 GHz with power less than 18 dBm. 5. System shall be optimized for chirpable performance (fast frequency sweeps of less than 1 usec). 6. A 22dB Conical horn matched to this frequency band. Technical Evaluation Criteria: The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," and 2) Price. Award will be made to the Offeror whose quote offers the lowest price, technically acceptable quote. Price shall not be evaluated on quotes that are determined technically unacceptable in accordance with the Technical Capability Evaluation factor Technical Capability: Evaluation of Technical Capability will be based on the information provided in the quotation. NIST will evaluate whether the offeror has demonstrated that its proposed equipment meets or exceeds all minimum requirements. Quotations that do not demonstrate the proposed equipment meets all requirements will not be considered further for award. If an offeror does not indicate whether its proposed equipment meets a certain minimum requirement, NIST will determine that it does not. Price: Quoted price shall be evaluated for reasonableness. The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offerors Representations and Certifications- Commercial Items. Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following clauses apply to this acquisition: 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items including subparagraphs: 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards 52.219-28 Post-Award Small Business Program Re-Representation; 52.222-3, Convict Labor; 52.222-19 Child Labor - Cooperation With Authorities And Remedies; 52.222-21, Prohibition of Segregated Facilities; 52-222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.223-18, Contractor policy to ban text messaging while driving; 52.225-3 Buy America Act -Free Trade Agreements-Israel Trade Act 52.225-3 Alternate II (Jan 2004) 52.225-13 Restriction on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm. All quoters shall submit the following: 1) An original and one (1) copy of a quotation which addresses Line Item 0001-0003; 2) An original and one (1) copy of the technical description and/or product literature; 3) An original and one (1) copy of the most recent published price list(s); 5) Country of Origin information for each line item. This is a Combined Synopsis/Solicitation for equipment as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that shall include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s) Please note that this procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an offeror submits a quotation based upon an FSS or GWAC contract, the Government shall accept the quoted price. However, the terms and conditions stated herein shall be included in any resultant Purchase Order, not the terms and conditions of the offeror's FSS or GWAC contract, and the statement required above shall be included in the quotation. All quotes shall be received not later than 3:00 PM local time, on July 26, 2011 at the National Institute of Standards & Technology, Acquisition Management Division, 100 Bureau Drive, Building 301, Room B125, Mail Stop 1640, Gaithersburg, MD 20899-1640, Attn: Prateema Carvajal.. Because of heightened security, FED-EX, UPS, or similar delivery methods are the preferred method of delivery of quotes. If quotes are hand delivered, delivery shall be made on the actual due date through Gate A, and a 24-hour (excluding weekends and holidays) prior notice shall be made to the Contracts Office at 301-975-4390. E-mail quotes ARE acceptable. Fax quotes shall NOT be accepted. Quotations shall not be deemed received by the Government until the quotation is entered into the e-mail address inbox set forth above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/NB685080-11-04778/listing.html)
 
Place of Performance
Address: NIST, 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN02499535-W 20110716/110714235827-b3fd44343e9f10787fcac4d24c708df2 (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.