Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 06, 2012 FBO #3816
SOLICITATION NOTICE

66 -- Optical Measurement & Spectrum Analyzer SE

Notice Date
5/4/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
 
ZIP Code
08733-5083
 
Solicitation Number
N68335-12-R-0184
 
Archive Date
6/19/2012
 
Point of Contact
Sesky A Paul, Phone: 732-323-2705
 
E-Mail Address
sesky.paul@navy.mil
(sesky.paul@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
(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 N68335-12-R-0184 is issued as a limited source acquisition for Calibration Standards. The solicitation is issued as a Request for Quote (RFQ). (iii) The solicitation and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2005-52. (iv) This solicitation and requirement will be procured on a limited competition basis between the Original Equipment Manufacturer (OEM) Agilent Technologies and authorized distributor Testmart/Technical Communities, Inc. (v) Contract Line Item Numbers (CLINs) are as follows: CLIN 0001: 81000Fi, 2.4 mm male to APC-3.5 female adapter Qty 9 each CLIN 0002: 4 N4691BOPTM0F, E-Cal Module, 300 kHz to 26.5 GHz, 3.5 mm, 2-port with one female and one male connector both 3.5 mm, Qty 7 each CLIN 0003: A 11901A 2.4 mm male to APC-3.5 male adapter, Qty 7 each CLIN 0004: 11901B 2.4 mm female to APC-3.5 female adapter, Qty 7 each CLIN 0005: 11901C 2.4 mm male to APC-3.5 female adapter, Qty 7 each CLIN 0006: 11901D Q 2.4 mm female to APC-3.5 mm male adapter, Q ty 8 each CLIN 0007: 81623BOPT01 Ge Optical head, 5 mm Diameter with Special Calibr. Spectral respo. Linearity, spatial homog, uncert. 1.5pctat ref., Qty 1 each CLIN 0008: 8164B Lightwave Measurement System, Mainframe, Qty 1 each CLIN 0009: 81578A Opt attenuator, MM,straight, 700-1400 nm 50/125 Micro m fiber interface, Qty 2 each CLIN 0010: 81570A Opt Attenuator, high power, straight Qty 2 each CLIN 0011: 86142B Optical Spectrum Analyzer - Benchtop unit with Commercial calibration certificate with test data, English operation manual and Connector interface FC/PC/SPC, Qty 1 each CLIN 0012: 34420A Nanovolt/micro-ohm meter,7.5 digit with English Printed Manual Set (full documentation on CD-Rom) and 120-volt ac line selection, Qty 1 each CLIN 0013: E8363COPT014 10 MHz to 40GHz vector network analyzer, 2 port, 4 receiver with Configurable Test Set Deck, Qty 3 each CLIN 0014: N8481B Power Sensor-Thermocouple, average, 10MHz to 18GHz with Avr Pwr, 10Mhz 18GHz, 0 to +44dBm, N-type, Average input power to 25 watts andtype N (m) connector and Standard Option, -5dBMto +44dBm, Qty 50 each CLIN 0015: 8493COPT030 Coaxial fixed attenuator, dc to 26.5 GHZ with 30 dB attenuator, Qty 25 each CLIN 0016: N8487A Power Sensor - Thermocouple, average, 50MHz to 50 Ghz with connector,2.4 mm and Standard Option, 35dBm to 20dBm, Qty 25 each CLIN 0017: 11667B Power Splitter, DC to 26.5 GHz, 3.5 mm female connectors, Qty 25 each CLIN 0018: 6031A DC Power Supply, 0-20Vdc, 0-120A, 1064 W. Autoranging - GPIB with DC Power Supply 104-127VAC operation, 50/60 Hz, Qty 9 each CLIN 0019: N8482B Power Sensor -Thermocouple, average, 100KHz to 6.0GHz with Avr Pwr, 10kHz 4.2GHz, 0 to + 44dBm,N-type, average input power to 25 watts and Type N (m) connector, Qty 25 each CLIN 0020: E3645A DC Power Supply, dual range: 0-35V/2.2A and 0-60V/ 1.3A, 80 W. GPIB, RS-232, with AC115V single-phase 3 wire. 115VAC +/- 11V operation, 47 to 63 Hz, Qty 9 each (vi) Offerors must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. (vii) FAR 52-212-2, Evaluation - Commercial Items is incorporated by reference. Addendum to FAR 52.212-2 Para (a) Award will be made to the lowest priced, responsive, responsible offeror conforming to the RFQ. (viii) 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 (Nov 1995) with its offer. (ix) FAR 52.212-4, Contract Terms and Conditions - Commercial Items is incorporated by reference. The resulting contract will be firm fixed price (FFP). (x) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition; the following provisions apply: 52.219-28, Post Award Small Business Program 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, and 52.225-13, Restrictions of Certain Foreign Purchases. In addition to the above, the following FAR and DFARS clauses apply to this acquisition: Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items which includes the following clauses: 252.225-7001, Buy American Act and Balance of Payments Program, 252.225-7021, Trade Agreements, 252.232-7003, Electronic Submission of Payment Requests, and 252.247-7024, Notification of Transportation of Supplies by Sea. 252.211-7003, Item Valuation and Identification. (xi) Additional requirements. Warranty: The offeror's commercial warranty of at least one year shall apply. Calibration stickers and serial numbers shall be affixed to each unit, plus a warranty certificate. Inspection and Acceptance is at Destination. All items shall be preserved, packaged, packed and marked in accordance with best commercial packages. Units are to be shipped FOB Destination to MCAS Beaufort, SC (Full address to be provided at time of award). Delivery shall be 120 days after date of contract award. (xii) Quotes are due not later than 4:00 PM EST, Tuesday 21 May 2012, at the Naval Air Warfare Center Aircraft Division Lakehurst, Attn: Code 25221SP, Sesky A. Paul, Hwy 547, Bldg. 562-3, Lakehurst, NJ 08733-5082, or Email: sesky.paul@navy.mil. (xiii) Questions regarding this combined synopsis/solicitation can be directed to Mr. Sesky A. Paul, 732-323-2705, e-mail: sesky.paul@navy.mil. Hard copy of solicitation and amendments will NOT be mailed to contractors. Offerors must acquaint themselves with the new regulations concerning Commercial Item Acquisition contained at FAR Subpart 12 and must ensure that all Representations and Certifications are executed and returned as required in this synopsis/solicitation The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-12-R-0184/listing.html)
 
Place of Performance
Address: Naval Air Warfare Center, Aircraft Division, Highway 547, Lakehurst, New Jersey, 08733, United States
Zip Code: 08733
 
Record
SN02739761-W 20120506/120504235418-5a1d5e7fe2443ae4cbfff4f9f8c31313 (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.