Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 20,1998 PSA#2036

National Institute of Standards & Technology, Acquisition & Assistance Div., Bldg. 301, Rm B117, Gaithersburg, MD 20899

66 -- VECTOR NETWORK ANALYZER SOL 53SBNB867029 DUE 030398 POC Diane M. Loeb, (301) 975-6399, FAX (301) 963-7732, Email Address: dloeb@nist.gov WEB: NIST Contracts Homepage, http://www.nist.gov/admin/od/contract/contract.htm. E-MAIL: NIST Contracts Office, Contract@nist.gov. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 will not be issued. The solicitation number is 53SBNB867029 and the solicitation is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-03. The standard industrial classification (SIC) Code is 3577. NIST's Polymer's Division is interested in acquiring a system that will be used in the area of materials research and test measurements. The Vector Network Analyzer will be used to perform tests on such materials as thin, ferroelectric polymer composite films to determine their complex dielectric permittivity. The Vector Network Analyzer will perform precise dielectric measurements in the radio frequency (RF) and in the microwave range. Non-coaxial transmission lines, resonators and filters will be employed as test fixtures. The end results will include dielectric characteristics of materials for electronic packaging applications as a function of frequency and other parameters such as temperature and bias. This system is a standalone system. The Contract Line Item Numbers (CLINs) are as follows: CLIN 0001 The following are specifications for the Vector Network Analyzer: 1) Frequency range: 50 MHZ -- 20 GHz; 2) Frequency resolution: 1 Hz or better; 3) Frequency stability: 0.05 ppm (0 -- 55 C); 4) Power range: 75 dB; 5) Max output power: >+5 dB (optional to + 10 dB); 6) Power resolution: 0.01 dB or better; 7) Power sweep range: 20 dB; 8) Power linearity: 0.5 dB (at -- 10 dB from the reference); 9) Dynamic range: 125 dB (50 MHZ -- 20 GHz); 10) Average noise floor: -125 dBm; 11) Phase noise: -55 dB (at 60 kHz from carrier at 10 GHz); 12) DC bias: 0 -- 200V; 13)capability of calibration and compensation for directivity, reflection and transmission in non-coaxial devices.; 14) Waveguide calibration for the 8 -- 18 GHz frequency range; 15) Open-ended dielectric probe with matched cable. The probe should be able to operate at the instrument frequencies and temperatures from -40C to + 180C; 16) Antenna measurements to -110 dBm at 20 GHz; 17) Filter rejection measurements to 120 dB; 18) GPIB interface. The capability of controlling all of the instrument functions, including the data acquisition function through the computer interface, is essential. CLIN 0002: The offeror shall provide one set of the most current version of user manuals and publications such as application notes related to the above description of the intended use for all items provided under this contract. In addition, this requirement includes an optional item which is to be part of the offer requested at this time but the exercise of the option is a unilateral decision of the government. This optional item shall be available for a oneyear period from date of award. The optional item is CLIN 0003: Frequency Range of the instrument to 40 GHz. Acceptance shall be complete once the initial set-up and calibration to verify that the instrument conforms to the technical specification which will include: 1) the instrument's intended use to perform tests on such materials as thin, ferroelectric polymer composite films to determine their complex dielectric permittivity; 2) The instrument will perform precise dielectric measurements in the radio frequency (RF) and in the microwave range; and 3) Non-coaxial transmission lines, resonators and filters will be employed as test fixtures. The end results will include dielectric characteristics of materials for electronic packaging applications as a function of frequency and other parameters such as temperature and bias. Acceptance is anticipated to be completed within (HOW MANY DAYS/MONTHS) after receipt of all items from the vendor. The offeror shall include the same warranty terms offered to the general public in customary commercial practices. NIST requires delivery of the system FOB Destination Gaithersburg, MD within 30 days after award. The place of delivery is: NIST, Shipping and Receiving, Bldg 301, Gaithersburg, MD 20899. The provision at FAR 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. FAR provision 52.212-2, Evaluation -- Commercial Items applies with the following specific evaluation criteria to be included in paragraph (a): (I) price, (ii) technical capability of the item offered to meet the Government requirement; and, (iii) past performance/experience. Evaluation of the specific evaluation criteria will be based on information submitted in response to this RFQ. It is recommended that information be included which demonstrates that the items offered meet all the requirements identified in this combined synopsis/solicitation. In addition, past performance/experience will be evaluated (include contact points, telephone numbers, and a description of the items). Information which merely offers to furnish an item in accordance with the requirements of the Government or does not address a requirement contained herein will be evaluated based on this information or lack of information. Offerors are cautioned to submit quotes on the most favorable basis, since the Government may elect to make an award without further discussions or negotiations. Award shall be made within 30 days after receipt of quotes; and to the offeror submitting the best value to the government. Offerors shall include completed copy of FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. The clause at 52.212-4, Contract Terms and conditions-Commercial Items, applies to this acquisition. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and includes the following FAR clauses: FAR 52.222.26, Equal Opportunity; FAR 52.222-35, Affirmative Action for SpecialDisabled and Vietnam Era Veterans; FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; FAR 52.225-3, Buy AmericanAct-Supplies; FAR 52.225-18, European Community Sanctions for End Products; FAR clause 52.212-7, Option for Increased Quantity -- Separately Priced Line Item, and FAR clause 52.217-5, Evaluation of Options, applies to this acquisition. Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer (DEC 1996) apply to this acquisition and may be read at http://www.nist.gov/admin/od/contract/protest.htm. Interested parties shall submit a quote and information pertaining to this requirement, which includes but should not be limited to, the 11 items outlined in FAR 52.212-1(b) and information which responds to the requirements set forth in this announcement, to NIST, Acquisition and Assistance Div., Bldg 301, Rm B117, Gaithersburg, MD 20899, ATTN: Diane Loeb, Solicitation No.: 53SBNB867029. Quotes and information pertaining to this requirement shall be received by 3:00 p.m. EST March 3, 1998. Responses received at the address specified for the receipt of quotes and information after the exact time specified for receipt of offers will not be considered. For information regarding this solicitation contact Diane Loeb, Contract Specialist, telephone number (301)975-6399 or FAX (301)963-7732, or email: dloeb@nist.gov. (0049)

Loren Data Corp. http://www.ld.com (SYN# 0273 19980220\66-0015.SOL)


66 - Instruments and Laboratory Equipment Index Page