SOLICITATION NOTICE
66 -- Labatory Test Equipment
- Notice Date
- 9/10/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of Justice, Federal Bureau of Investigation, Property Procurement and Management Section, 935 Pennsylvania Avenue, N.W., Washington, DC, 20535
- ZIP Code
- 20535
- Solicitation Number
- RFQ832120
- Point of Contact
- Gary Hopkins, Contracting Officer, Phone 202-324-3819, Fax 202-324-8209,
- E-Mail Address
-
itcu.finance@fbi.gov
- Description
- 17. The Federal Bureau of Investigation (FBI) has a requirement for a Firm Fixed Price, One Time Buy Contract for the following Brand Name or Equal items: 1) One (1) E5515C 8960 Series Wireless Communications Test Set, Designed to test mobile phones in manufacturing. Must have the following minimum requirements - a) Provide the ability to provide base station emulation and mobile testing for the following formats: cdma2000, W-CDMA, GPRS, GMS, IS-95, IS-136 (TDMA), and AMPS; b) Provide a properly modulated RF source to fully encompass the following services frequency bands: Cellular (~750-900MHz), PCS (1900MHz), and DCS (1800MHz); c) Provide RF output range of -10dBm to -130dBm with an accuracy of +/-1dBm or better; d) Provide modulation capabilities to fully test and evaluate all air interface standards outlined in requirement a; e) Provide tone/digital signaling encode/decode; f) Accept and generate audio and control channel signals from all air interface standards outlined in requirement a; g) Provide useable frequency range of 500kHz to 2.50GHz; h) High Stability time base; i) FPGA based core architecture; j)Software/Firmware user upgradeable; k) Fully programmable and customizable testing environment; l) Capable of RF and base-band measurements; m) Unit should be capable through either software/firmware upgrades or card changes to be upgraded to address future enhancements; and, n) Unit should have an internal hard drive to facilitate the storage of test applications and user programmed testing routines; 2) One (1) E5515C #002 2nd RF Source; 3) One (1) E5515C #003 Flexible CDMA Base Station Emulator; 4) One (1) E5515C #AX5 Flange and Handle Kit; 5) One (1) E1991A 8950 Series 10 Test Application Suite, includes GSM, AMPS/136, GPRS, cdma2000, IS-95/AMPS, W-CDMA and GSM_AMPS/136_GPRS (fast swtch) test apps; 6) One (1) E1991A #010 Test Application Installation Set; 7) One (1) E1991A #ABA U.S. - English localization 8960 Documentation; 8) One (1) N4678A Test Box-RF Shield; 9) One (1) N4678A #002 D-SUB Connector 25 pin and a D-SUB Connector 9 pin; 10) One E4438C, ESG vector signal generator frequency range from 250kHz to 6GHz. Must have the following minimum requirements: a) Provide frequency generation in the range of 250kHz to 6000Mhz; b) 160 MB Waveform memory; c) 6GB Hard drive; d) 100MHz Sample Clock; e) Up to 160 MHz modulation bandwidth; f) Adjustable carrier-to-noise ratio; g) Differential I/Q outputs; h) Fast frequency switching: <14 msec avg.; i) Output power +19 dBm at 1Ghz; j) LAN connectivity; k) Analog and Digital modulation; l) W-CDMA, cdma2000, EDGE, GSM, GPRS modulation schemes; and, m) Level accuracy +/- 0.5 dB up to 2 GHz; 11) One (1) E4438C #503, 250 kHz to 3GHz frequency range for E4438C; 12) One (1) E4438C #UNJ, Phase noise option; 13) One (1) E4438C #ABA U.S.-English localization; 14) One (1) E4438C #002 Internal baseband benerator w/32 Msample; 15) One (1) E4438C #005 6G Byte non-volatile waveform storage; 16) One (1) E4438C #1CP Rackmount and handle kit; 17) One (1) E4438C #400 3GPP WCDMA-FDD personalities; 18) One (1) E4438C #401, CDMA2000 and IS95A personalities; 19) One (1) E4438C #402 TDMA personalties (Includes GSM, EDGE, NADC, PDC, PHS, DECT, TETRA); 20) One (1) E4438C #403 Calibrated noise personality; 21) One (1) E4438C #404 CDMA2000 1xEV-DO Signal Studio software; 22) One (1) E4438C #405 Wireless LAN(802.11b) Signal Studio software; 23) One (1) E4438C #406 Bluetooth Signal Studio software; 24) One (1) E4438C #408 Enhanced Multitone; 25) One (1) E4438C #409 GPS Personality; 26) One (1) E4438C #410 Wireless Lan (802,11a) Signal Studio Software; 27) One (1) E4438C #UN7 Internal bit error rate analyzer; 28) One (1) 54846B Infiniium Oscilloscope 2.25 Ghz. Must have the following minimum requirements: a) Provide a four channel input; b) Provide 2250MHz bandwidth; c) 8GSa/s sample rate on both channels; d) 1 ns peak detect, on all sweep speeds; e) Built in power for active probes; f) Fast screen update rate, .5 million points/second; and, g) 1 Ohm/50 Ohms selectable inputs; 29) One (1) 54846B #1CM Rackmount kit; 30) Four (4) 1158A 4GHz active probe for Infiniium oscilloscopes; 31) One (1) 89640A Single channel RF vector signal analyzer. Must have the following minimum requirements: a) Frequency range: dc to 2700MHz; b) Sensitivity at 1Ghz: -159dBm/Hz; c) Phase noise: -99 dBc/Hz (20 kHz offset); d) Amplitude accuracy +/- 2.0dB; e) Information bandwidth: 36 MHz; and, f) Resolution MW range: <1Hz to 10MHz; 32) One (1) 89640A #AYA Vector modulation analysis Eye; 33) One (1) 89640A #B7N W-CDMA and cdma2000 modulation analysis; 34) One (1) 89640A #B7R 802.11a OFDM Modulation Analysis; 35) One (1) E4440A PSA Spectrum Analyzer 3 Hz-26.5GHz. Must have the following minimum requirements: a) Frequency range: 3Hz to 26500MHz; b) Sensitivity: 10MHz to 3Ghz (-159dBm to -166dBm); c) Phase noise: -144 dBc/Hz (10 kHz offset); d) Accuracy: +/-0.65 dB/+/-0.34 dB at <3GHz or +/-0.2% of span; e) Speed: Minimum RF Sweep: 1ms. Minimum zero-span sweep: 1us. Local measurement rate: >50/second; and, f) Resolution BW range: 1Hz to 8MHz/10% steps; 36) One (1) E4440A #202 GSM with EDGE Measurement Personality; 37) One (1) E4440A #204 1xEV-DO measurement personality; 38) One (1) E4440A #B78 CDMA2000 measurement personality; 39) One (1) E4440A #B7J Digital Demodulation Hardware; 40) One (1) E4440A #BAC cdmaOne Measurement personality; 41) One (1) E4440A #BAE NADC, PDC Measurement Personality; 42) One (1) E4440A #BAF, W-CDMA Measurement Personality; 43) One (1) H7216A Base product number for wireless NEM courses; 44) One (1) H7216A #301 GSM: Mobile Station Engineer Training; 45) One (1) H7216A #304 Analog/Digital Cellular Training; 46) One (1) H7216A #307 AMPS/36: Mobile Station Engineer Training; 47) One (1) H7216A #308 CDMA2000: Mobile Station Engineer Training; 48) One (1) H7216A #309 GPRS: Mobile Station Engineer Training; 49) One (1) H7216A #316 GSM Basics Engineer using the 8960 training; 50) One (1) E4417A EPM-P series power meter, dual channel; 51) One (1) E4417A #003 Parallel rear panel sensor input and ref cal connectors; 52) One (1) E4417A #005 Include E9288A power sensor cable; 53) One (1) E4417A #ABA U.S. English localization; and, 54) One (1) E9322A 50MHz to 6GHz peak and average sensor 1.5 MHz bandwidth (Maximum). The manufacturer of this equipment is Agilent Technologies, Columbia, MD. The above listed characteristics are intended to be descriptive, but not restrictive. Unless visibly marked that the vendor is quoting an equal product, the offered items shall be considered the brand name product as referenced in this announcement. If quoting an "or equal" product, vendor shall submit one (1) sample of each item to: Federal Bureau of Investigation, FBI Academy, Room B101, Quantico, VA 22135, Attention: Mr. Brian Napier, for evaluation purposes. At the conclusion of the evaluation, all equipment shall be returned to the vendors. If offering an "or equal" product, the brand name of the product furnished shall be clearly identified on the quote. The evaluation of quotes and the determination as to the equality of the product shall be the responsibility of the Government and shall be based on information provided by the vendors. The Government is not responsible for locating or securing any information which is not identified in the quotation and reasonable to the purchasing activity. To ensure that sufficient information is available, the vendor shall furnish as part of their quote all descriptive material necessary for the purchasing activity to determine whether the product meets the salient characteristics of this requirement. Vendors proposing to modify a product to make it conform to the requirements of this announcement shall include a clear description of proposed modification and clearly mark any descriptive material to show proposed modification. The contractor shall extend to the Government full coverage of any standard commercial warranty normally offered in a similar commercial sale. The warranty period shall begin upon final acceptance of the applicable deliverables listed above. Delivery charges shall be FOB Destination. Place of delivery is FBI Academy, Quantico, VA 22135. 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 832120. The solicitation is issued as a request for quote (RFQ). All quotes shall be submitted via fax number (202)324-8209 no later than 3:00 PM, EST, September 25, 2002, quote clearly marked with RFQ 832120. No hand-carried or mailed packages will be considered. Bidders are hereby notified that if your quote is not received by the date/time and location specified in this announcement, it will not be considered. The Standard Industrial Code is 3825, and the North American Industrial Classification System (NAICS) is 335999. The Business Size Standard for this solicitation is 500 employees. Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, with their offer. This may be downloaded from www.acqnet.gov/far. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-08. The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The provision at 52.212-2, Evaluation - Commercial Items, is tailored to read as follows: All responsible vendors may submit a quotation which, if timely received, shall be considered by the FBI. The Government will award a contract to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers (i) technical, (ii) warranty, (iii) past performance, and (iv) price. The Government reserves the right to evaluate technical compliance and make a best value decision. This could result in award to other than the lowest priced offer. The areas of technical capability, warranty, and past performance all carry an equal value and are of higher importance when compared to price. The technical evaluation will consist of reviewing and evaluating the "or equal" samples and literature for compliance with meeting or exceeding requirement specifications. If the offeror fails to provide the samples and descriptive literature as requested, it shall be grounds for disqualifying his/her offer. Warranty - The offeror exceeding the standard commercial warranty, and offering the Government the best value, shall be rated higher. Past Performance Evaluation - Vendor shall provide at a minimum, the names and telephone numbers of a least three customers that have acquired the same or similar equipment. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The following Department of Justice Acquisition Regulation (JAR) clauses are applicable to this acquisition and can be obtained in full text at: http://www.usdoj.gov/jmd/pe/jarinet.htm: JAR Clause 2852.201.70, Contracting Officer's Technical Representative (COTR) (JAN 1985); JAR clause 2852-233-70, Protests Filed Directly With the Department of Justice (JAN 1998); and JAR clause 2852.211.70, Brand Name or Equal (JAN 1985). The following FAR clauses/provisions are also incorporated by reference into this solicitation: FAR provision 52.211-6, Brand Name or Equal (AUG 1999); FAR clause 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (May 1999). Solicitation documents are not available. Contact Gary Hopkins (202)324-3819 for information regarding this solicitation. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of whether to conduct a competitive procurement.
- Place of Performance
- Address: Federal Bureau of Investigation, FBI Academy, Room B101, Attn: Mr. Brian Napier, Quantico, VA
- Zip Code: 22135
- Zip Code: 22135
- Record
- SN00162190-W 20020912/020910213302 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |