Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 18,2000 PSA#2644

DOC; Mountain Administrative Support Center; Acquisition Management Division; 325 Broadway MC3; Boulder, CO

66 -- CO-CONICAL FIELD GENERATION SYSTEM-VECTOR NETWORK ANALYZER SOL 51RANB00C023 DUE 073100 POC Procurement Technicians, 303/497-5588, FAX 303/497-3163 E-MAIL: NOAA; MASC Acquisition Management, masc.solicitation@noaa.gov. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subparts 12.6 and 13.5, = as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; for the following = items; offers are hereby requested. A separate written solicitation will NOT be issued. Any amendment(s) hereto will only be published in the Commerce Business Daily. The solicitation number is 51RANB00C023 and = is issued as a Invitation for Bid (IFB). For pricing purposes, the following contract line item numbers (CLIN) shall constitute the schedule of items. CLIN 0001 Co-Conical Field Generation System-Vector Network Analyzer, 1 each; CLIN 0002 5 year warranty and 5 year Z540 compliant calibration coverage, 1 each. Specifications: 50 MHZ to 40 GHz coaxial port frequency coverage with 2.92 mm connectors (or 2.4 mm connectors with port adaptors to 2.92 mm); Full two-port, complex, S-parameter characterization; In reflection mode, if measuring a high reflect device (S11 greater than -10 dB) the subtraction of two successive traces (averaging 32 to 128) shall be AT LEAST 55 dB below the nominal unsubtracted trace value for the entire frequency range (60 dB is preferred); NOTE: THIS IS A VERY IMPORTANT PARAMETER FOR GOVERNMENT TESTS; Better than 80 dB dynamic range above 2 GHz; Noise floor less than -80 dBm above 2 GHz; Ability to measure 1601 frequency points on all four S parameters spaced over the entire frequency range of the instrument with 1 KHz IF bandwidth and 64 averages in less than = 1 minute; Ability, with external amplifiers and attenuators/isolators, to source at least 1 watt of power out of both ports and no damage if the full power is transmitted to the second port or fully reflected into = the transmitting port -- (bidirectional, high-power capability is desired, higher power is even better); An electronic controlled calibration standard over the entire instrument=92s operational range to save calibration time and connector wear -- shall preform reflection and = full, two-port, 12-term calibrations -- connector size 2.92 mm; A precision, mechanical calibration kit (open -- short -- broadband and sliding loads = : male and female for each) with 2.92 mm connectors; Averaging shall be frequency averaging (multiple measurements at a single frequency then incrementing frequency) as opposed to trace averaging (taking every frequency and averaging with a previous trace); GPIB control and full functionality with Labview (pre-written drivers/publicly available drivers through National Instruments are acceptable); Full traceability to National Institute of Standards and Technology (NIST) microwave (amplitude and phase) and frequency standards; Measurements on the NIST 2.92mm/K connector verification kits with the provided calibration kits shall fall within the NIST stated uncertainty bounds for the devices; Trace noise (trace to trace variations when signal is very high = (greater than 40 dB above noise)) less than 0.08dB and less than 0.5 degrees up to 40 GHz; 1 Hz measurement frequency resolution with highly stable frequency tracking between sweeps; Variable IF measurement bandwidth from 10 Hz to 10 KHz; Minimum source power of minus 10 dBm out each port, variable source power control and input attenuators to perform power sweeps and test active devices; Ability to transform the = frequency domain data into the time domain with time domain gating functions to isolate specific spatial events and both baseband (lowpass) and = bandpass transforms; Directivity, source match and load match greater than 38 dB at 40 GHz and improving at lower frequencies; Reflection Frequency tracking better than plus or minus.006 dB at 40 GHz -- improving at = lower frequencies; and Isolation better than 100 dB at 40 GHz -- improving at lower frequencies. This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-18. This acquisition is unrestricted. Standard Industrial Classification code is 3825. Small business size standard is 500 employees. Delivery shall be no later than 120 calendar days from receipt of notice of contract award. Delivery shall be F.O.B. Destination to NIST, Building 22, 325 Broadway, Boulder, Colorado 80303-3328. Offers that fail to furnish the required representations and certifications or information (per FAR 52.212-1 and 52.212-3), or reject the terms and conditions of this solicitation may be excluded from further consideration. Period for acceptance of offers: the offeror agrees to hold prices in its = offer for 30 calendar days from the date specified for the receipt of offers. Standard Forms may be downloaded from: http://www.gsa.gov/forms/farnumer.htm/. Clauses and provisions may be downloaded from: http://www.arnet.gov/far/loadmain52.html . Interested parties are responsible for accessing and downloading documents from that (or any other) site. Firms who have no access to the internet may call 303-497-5588 and ask for copies of the combined synopsis/solicitation, forms, clauses or provisions to be either mailed or faxed to them. Fax requests to 303-497-3163 for these items will also be honored. Requests must state specifically which documents, forms, clauses or provisions are required (by clause/provision/form number or title); if the documents are not specified in the request, we cannot respond. The following provisions and clauses apply to this solicitation: FAR 52.212-1, (provision) "Instructions to Offerors -- Commercial Items"; FAR 52.213-3, (provision) "Offeror Representations and Certifications -- Commercial Items" (NOTE: Offerors shall include with their offers a completed copy of the provision at FAR 52.213-3.); FAR 52.212-4, (clause) "Contract Terms and Conditions -- Commercial Items"; FAR 52.212-5, (clause) "Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items" including the following additional FAR clauses in paragraph (b): 52.203-6 with Alternate I, 52.219-8, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, and 52.232-34. Contract award shall be made in accordance with FAR 52.214-10, Contract Award -- Sealed Bidding. Offers/bids are due at 3:00 p.m. on 07/31/00 and shall be mailed to BID DEPOSITORY, DOC, MASC, MC3, Acquisition Management Division, Building 33, Room GB 506A, 325 Broadway, Boulder, CO 80303-3328. Posted 07/14/00 (D-SN475235). (0196)

Loren Data Corp. http://www.ld.com (SYN# 0351 20000718\66-0005.SOL)

66 - Instruments and Laboratory Equipment Index  |  Issue Index |


Created on July 14, 2000 by Loren Data Corp. -- info@ld.com