Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 21, 2014 FBO #4622
SOLICITATION NOTICE

66 -- BROADBAND FIELD METER

Notice Date
7/19/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
 
ZIP Code
92152-5001
 
Solicitation Number
N66001-14-T-7130
 
Response Due
7/29/2014
 
Archive Date
8/28/2014
 
Point of Contact
Point of Contact - NIDA B RAMOS, Contract Specialist, 619-553-4380; BELINDA SANTOS, Contracting Officer, 619-553-4502
 
E-Mail Address
Contract Specialist
(nida.ramos@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a SSC Pacific combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. This announcement constitutes only the solicitation. Competitive quotes are being requested under N66001-14-T-7130 This requirement is set-aside for small businesses, NAICS code is 334515 and the size standard is 500. SPECIFICATIONS FOR: NBM-520 NARDA BROADBAND FIELD METER / LINE ITEM 0001:QTY 2 =$___________ DISPLAY TRANSFLECTIVE LCD PANEL, MONOCHROME 4CM (1.5"), 128 X 64 PIXELS BACKLIGHT LEDS, SELECTABLE ILLUMINATION TIME (OFF, 5 S,10 S, 30 S, 60 S, PERMANENT) REFRESH RATE EVERY 400 MS INTERFACES FOR REMOTE CONTROL AND INSTRUMENT CONFIGURATION SERIAL, FULL DUPLEX, 115 KBAUD, NO PARITY, 1 START BIT, 1 STOP BIT PROBE CONNECTION PLUG AND PLAY WITH AUTOMATIC RECOGNITION, COMPATIBLE WITH ALL NBM-SERIES PROBES GENERAL SPECIFICATION: RECOMMENDED CALIBRATION INTERVAL EVERY 24 MONTHS BATTERIES STANDARD RECHARGEABLE NIMH BATTERIES, 2 X AA (MIGNON) TYPE, 2500 MAH OPERATING TIME APPROX. 22 HOURS (WITHOUT BACKLIGHT) APPROX. 16 HOURS (WITH PERMANENT BACKLIGHT) CHARGING TIME 2 HOURS BATTERY STATUS INDICATOR 100%, 80%, 60%, 40%, 20%, 10%, LOW (<5%) TEMPERATURE RANGE OPERATIONAL: -10 C TO +50 C; NON-OPERATIONAL (TRANSPORT): -30 C TO +70 C HUMIDITY 5 TO 95% RELATIVE HUMIDITY, NO CONDENSATION 29 G/M ABSOLUTE HUMIDITY (IEC 60721-3-2 CLASS 7K2) DIMENSIONS (H X B X T) 38 X 52 X 195 MM (WITHOUT PROBE) WEIGHT APPROX. 300 G (WITHOUT PROBE) ACCESSORIES (INCLUDED): RIGID SHELL CASE AC ADAPTER / CHARGER SHOULDER STRAP O/E CONVERTER FIBER OPTIC CABLE (2 M) NBM-TS SOFTWARE, OPERATING MANUAL CALIBRATION CERTIFICATE ________________________________________________________________________ _____________ ELECTRICAL FIELD SHAPED FREQUENCY THERMOCOUPLE PROBE 300 KHZ - 50 GHZ, ISOTROPIC: LINE ITEM 0002: QTY 2= $__________________ GENERAL SPECIFICATIONS: CALIBRATION FREQUENCIES:.3/ 0.75/ 1.8/ 2.45/ 4/ 5/ 6/ 7/ 8.2/ 9.3/ 10/ 11/ 18/ 26.5/ 40/ 45.5 GHZ RECOMMENDED CALIBRATION INTERVAL: 12 MONTHS TEMPERATURE RANGE: 0 C TO +50 C o OPERATING: -40 C TO +70 C HUMIDITY: 5 TO 95 % RH @ 25 C; 23 G/M ABSOLUTE HUMIDITY SIZE: 318 MM X 66 MM WEIGHT: 90 G COMPATIBILITY: NBM-500 SERIES METERS FREQUENCY RANGE: 300 KHZ TO 50 GHZ TYPE OF FREQUENCY RESPONSE: FLAT MEASUREMENT RANGE: 8 TO 614 V/M; 17 W/CM TO 100 MW/CM DYNAMIC RANGE: 37 DB CW DAMAGE LEVEL: 1500 V/M; 0.6 W/CM PEAK DAMAGE LEVEL: 27 KV/M SENSOR TYPE: THERMOCOUPLE (INHERENT TRUE RMS DETECTION) DIRECTIVITY: ISOTROPIC (TRI-AXIAL) READOUT MODE / SPATIAL ASSESSMENT: COMBINED 3-AXIS (RSS) Line item 0003: UID LABEL COST APPLIES TO ITEM OVER $5,000.00 / QTY 1 LOT = $____________ Line item 0004: SHIPPING COST / 1 LOT= $____________________ DELIVERY ADDRESS: SSC PACIFIC(OTC) RECEVING OFFICER 4297 PACIFIC HIGHWAY, BLDG OT7 SAN DIEGO, CA 92110-5000 Basis for award: The government anticipates awarding a firm-fixed price purchase order and it will be based on the lowest technically acceptable quote. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-74 (07/01/2014) and Defense Federal Acquisition Regulation Supplement (DFARS),DPN 20140624 (06/24/ 2014). It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses can be accessed in full text at www.farsite.hill.af.mil. FAR Clause at 52.212-1, Instructions to Offerors Commercial, and 52.212-4, Contract Terms and Conditions Commercial Items, incorporated by reference, applies to this acquisition. FAR Clause 52.212-3, Offeror Representations and Certifications -- Commercial Items and DFAR S 252.212-7000 Offeror Representations and Certifications--Commercial Items applies to this acquisition in e-Commerce. FAR Clause 52.212-5-Contract Terms and Conditions Required to Implement Statutes or Executive Orders, 52.211-6, Brand Name or Equal, 52.219-6, Notice of Total Small Business Set-Aside, 52.222-3, Convict Labor (E.O. 11755), 52.222-19, Child Labor Cooperation with Authorities and Remedies (E.O. 13126), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (E.O. 11246), 52.225-13, Restrictions on Certain Foreign Purchases (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury), 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration (31 U.S.C. 3332), FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive OrdersCommercial Items (Deviation) also applies to this acquisition, 52.204-99, System for Award Management Registration (Deviation), FAR 52.222-36, Affirmative Action for Workers with Disabilities, 52.204-2, Security Requirements,52.214-3 Amendments To Invitation For Bids, 52.214-4 False Statements In Bids, 52.214-5 Submission Of Bids, 52.214-6 Explanation To Prospective Bidders, 52.214-7 Late Submission, Modification, and Withrawals of Bids, 252.209-7998, Representation Regarding Conviction of a Felony Criminal Violation under any Federal or State Law, 252.211- 7003, Item Unique Identification and Valuation applies for item over $5K This RFQ closes on July 29, 2014 at 12:00 PM, Pacific Daylight Time (PDT). Quotes uploaded on the SPAWAR e-commerce website at https://e-commerce.sscno.nmci.navy.mil under SSC Pacific/Simplified Acquisitions/N66001-14-T-7130 The point of contact for this solicitation is Nida B. Ramos at nida.ramos@navy.mil Please include RFQ N66001-14-T-7130 on all inquiries. All responding vendors must have a completed registration in the System for Award Management (SAM) program prior to award of contract. Information to register in SAM can be found at: https://www.sam.gov/portal/public/SAM/. Complete SAM registration means a registered DUNS and CAGE Code numbers.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/748ba0ab540b2abd45a3b4407711bad8)
 
Record
SN03431138-W 20140721/140719233022-748ba0ab540b2abd45a3b4407711bad8 (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.