Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2011 FBO #3567
SOLICITATION NOTICE

66 -- High Impedance Buffer Amplifier and Trimode Differential Probe

Notice Date
8/29/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, New York, 13441-4514
 
ZIP Code
13441-4514
 
Solicitation Number
FA8751-11-Q-0525
 
Archive Date
9/21/2011
 
Point of Contact
Tiffany Slopka, Phone: 315-330-1950
 
E-Mail Address
Tiffany.Slopka@rl.af.mil
(Tiffany.Slopka@rl.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Contracting Office Address Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, NY, 13441-4514 Description 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; quotes are being requested and a written solicitation (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. Solicitation FA8751-11-Q-0525 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20110819. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This procurement is being issued as total small business set-aside under NAICS code 334515 and small business size standard 500 employees. The contractor shall provide the following items on a firm fixed price basis. Offerors shall include the costs of UID (if required) and shipping FOB Destination, and specify the warranty terms. 4 EA HIGH IMPEDANCE BUFFER AMPLIFIER P/N: TCA-1MEG o TCA-1MEG High Impedance Buffer Amplifier System for Tektronix 4 GHZ Mixed Signal Oscilloscope Model MSO70404C o Tektconnect Interface o Bandwidth (-3DB) of DC to Greater Than or Equal 500 MHZ o Probe Tip Bandwidth of DC to Greater Than or Equal 500 MHZ o BW Limit of Full, 100 MHZ +/- 25%, 20 MHZ +/- 25% o DC Gain Accuracy +/3% o Propagation Delay (Input-to-Output) Less Than 2 NS o Input Impedance 1 Megaohm/Picofard (At DC) o Includes P6139A, 500 MHZ, 10X Passive Probe 2 EA 4 GHZ TRIMODE DIFFERENTIAL PROBE P/N: P7504 o 4 GHZ Trimode Differential Probe for Tektronic 4 GHZ Mixed Signal Oscilloscope Model MSO70404C. Trimode Probe is an One Probe Setup That is Capable of Accurate and Definitive Differential, Single Ended, and Common Mode Measurements o Typical Bandwidth is Greater Than 4 GHZ o Tekconnect Interface o Cable Length of 1.3 M o Rise Time (10-90%) Less Than 105 PS o Rise Time (20-80%) Less Than 70 PS o Attenuation (User Selectable) of 5X or 12.5X o Operating Voltage Window of +4 to -2.0 V o DC Input Resistance (Differential) 100 KOHMS o Nondestructive Input Voltage +/- 15V Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. The required delivery date is 30 days after date of award. The place of delivery, acceptance and FOB destination point is 148 Electronic Parkway, Rome, NY 13441. The provision at 52.212-1, Instructions to Offerors - Commercial Items (JUN 2008), applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) Written quotes are due at or before 3 PM, 06 Sept 2011. Submit to: AFRL/RIKO, Attn: Tiffany Slopka, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-2555 or by email to Tiffany.Slopka@rl.af.mil. Offerors are encouraged to submit their quotes using the SF 1449, Solicitation/Contract/Order for Commercial Items. (b)(4) Submit a technical description of the items being offered. (b)(11) Include a statement verifying that your firm is capable of conforming to the requirements of DFARS clause 252.211-7003, Item Identification and Valuation. (k) Central Contractor Registration. Offerors must be registered in the CCR database to receive a contract award. If the offeror does not become registered in the CCR database within 4 days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered offeror. The provision at FAR 52.212-2, Evaluation -- Commercial Items (JAN 1999) applies. In addition to the information within Paragraph (a), the following evaluation factors shall be used to evaluate offers: shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement; (ii) price; All evaluation factors other than price, when combined, are of equal importance to price. The representations and certifications found in the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items (MAY 2011), ALT I (APR 2011) must be completed electronically on the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. Therefore, offerors are required to complete only paragraph (b) of this provision and submit it with their proposal. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (JUN 2010), applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (AUG 2011), applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: _X__52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (MAY 2011) (section 740 of Division C of Public Law 111-117, section 743 of Division D of Public Law 111-8, and section 745 of Division D of Public Law 110-161). _X__ 52.219-6, Notice of Total Small Business Aside (June 2003) (15 U.S.C. 644) _X__ 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). _X__ 52.222-3, Convict Labor (Jun 2003) (E.O. 11755) _X__ 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126). _X__ 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X__ 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246) _X__ 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793) _X___ 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513) ) _X__ 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury) _X__ 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332) The clause at 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUN 2011), applies to this acquisition. The following additional FAR and DFARs clauses cited in the clause are applicable to this acquisition: __X___ 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (JAN 2009) (Section 847 of Pub. L. 110-181) __X___ 252.225-7001 Buy American Act and Balance of Payments Program (JAN 2009) (41 U.S.C. 10a-110d, E.O. 10582) __X___ 252.227-7015 Technical Data-Commercial Items (MAR 2011) (10 U.S.C. 2320) __X___ 252.227-7037 Validation of Restrictive Markings on Technical Data (SEP 1999) (10 U.S.C. 2321) __X___ 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (MAR 2008) (10 U.S.C. 2227) __X___ 252.247.7023 Transportation of Supplies by Sea Alternate III _X____ 252.247-7024 Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631) The following additional FAR and FAR Supplements provisions and clauses also apply: __X___ 52.211-6, Brand Name or Equal (AUG 1999) __X___ 252.211-7003, Item Identification and Valuation (JUN 2011) __X___ 252.225-7000, Buy American Act--Balance of Payments Program Certificate (DEC 2009) _X____ 252.232-7010, Levies on Contract Payments (Dec 2006) __X___ 5352.201-9101, OMBUDSMAN (APR 2010) is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Barbara Gehrs, Building 15, RM225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-255-5036 COM: 937-255-4407. The following additional terms and conditions apply: Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFAR 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow - Receipt and Acceptance (see website - https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Please confirm in your proposal that your company is able to submit electronic invoices as set forth in the clause. The following Defense Priorities and Allocations System (DPAS) has assigned the following rating DO-C9 to this effort. All responsible organizations may submit a proposal, which shall be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-11-Q-0525/listing.html)
 
Record
SN02554037-W 20110831/110829235903-b51cacc5982d8f0efbf1b8d57c3d314c (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.