SOLICITATION NOTICE
A -- Electromagnetic Interference (EMI) Receiver System
- Notice Date
- 5/23/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- N65540 Naval Surface Warfare Center Naval Business Center, Naval Base Philadelphia, PA
- ZIP Code
- 00000
- Solicitation Number
- N6554003Q03AS
- Response Due
- 6/15/2003
- Archive Date
- 7/15/2003
- Point of Contact
- ALBERT STRACCIOLINI 215-897-1371 ROBERT COLOT, 215-897-7060
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6 as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The RFQ number is N65540-03-Q-03AS023 using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5. This solicitation documents and incorporates provisions and clauses in effect through FAC 2001-13 and DFARS 20030430. It is the contractor?s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.arnet.gov/far , http://farsite.hill.af.mil/VFDFARA.HTM, http://farsite.hill.af.mil/VFFARa.HTM and http://www.acq. osd.mil/dp/dars/dfars.html. The NAICS code is 334513, size standard 500 employees. This is a competitive, unrestricted action. The Naval Surface Warfare Center Carderock Philadelphia requests responses from qualified sources capable of providing: CLIN 0001: 1 EA. EMI (Electromagnetic Interference) Receiver System in accordance with the following salient physical, functional and technical characteristics which must be met: This system will be used in conducting electromagnetic interference / compatibility testing in accordance with various standards, primarily MIL-STD-461 Revisions C-E; it will also be used in evaluating wireless and other high frequency communication devices, both commercial off the shelf and proprietary military equipment. Frequency range: 20 Hz to 40 GHz Functionality as both true spectrum analyzer & test receiver (simulated spectrum analysis is not acceptable). Parallel peak, quasi peak, average & RMS detectors Built in Preselector (20 Hz ? 40 GHz) Built in preamplifier (1 kHz ? 7 GHz, min) selectable gain to at least 20 dB Built in tracking generator for 9 KHz - 7 GHz frequency coverage Built in internal tracking generator attenuator (0 dB to 70 dB attenuator) Single box unit for portability: Weight not to exceed 27 kg; Max dimensions: 18? wide x 10? height x 23? depth Dual RF input: 50 ohm characteristic impedance; N type for frequencies 20 Hz to 1GHz with built in pulse protection; Impedance matched precision connector for frequencies 20 Hz to 40 GHz Unit designed for use in MIL-STD-461 Revs C-E: All necessary Resolution Bandwidths: 3 and 6 db BWs (10 Hz, 100 Hz, 1kHz, 10 kHz, 100 kHz, 1 MHz); Video Bandwidths: 1 Hz ? 10 MHz (1/2/3/5 step sequences) Limit line editor and display Built in transd ucer correction of measurement results Automatic EMI Scan routines Frequency resolution 0.01 Hz Dynamic range ?150 to +30 dBm 1dB compression point at better than +10 dBm Maximum Permissible Total Error (Receiver Mode, AV detector, display range = 0dB to ? 50 dB, S/N > 15 dB, Preamp off): 0-9 kHz +-1.5 dB 9-150 kHz +-1.2 dB 150 kHz - 1 GHz +-1.0 dB 1 - 4.5 GHz +-2.0 dB 4.5 ? 7 GHz +-2.5 dB 7 ? 18 GHz +-2.5 dB 18 ? 26.5 GHZ +-3.0 dB 26.5 ? 40 GHz +-3.5 dB LCD Color display (min 4 trace capability); min 640 x 480 resolution Built in test controller / storage media and hard disk Internally connected calibration sources with auto-correction routine Necessary interfaces: IEEE-488.2 interface allowing external control of unit via PC; Printer port (parallel Centronics or USB); Serial port (RS232); External keyboard port; External monitor port; Mouse port Integrated AM / FM demodulators, with speaker & headphone jack Must include necessary test port adapters (for K & N type inputs) Must include external mixer output Test software for performing MIL-STD-461 testing, with preprogrammed settings and limits Must include customized shipping case and rack mount hardware for standard 19? rack stations. All necessary manuals must be included. All software provided must include installation CDs. Certificates of Calibration must be provided. This acquisition will be evaluated on a low price, technically acceptable basis. Offerors are required to submit technical documentation, brochures, etc. which demonstrates that the equipment proposed meets the required specifications outlined herein. The offeror shall describe its past performance on similar contracts it has held within the last five (5) year s which are of similar scope, magnitude and complexity to that which is detailed in this RFQ or affirmatively state that it possesses no relevant directly related or similar past performance. Offerors who present similar contracts should provide a detailed explanation demonstrating the relevance of the contracts to the requirements of the RFQ. The offeror should provide the following information regarding its past performance: A. Contract number(s), B. Name and phone number of a point of contact at the federal, state, local government or commercial entity for which the contract was performed, C. Dollar value of the contract, D. Detailed description of the work performed, E. Names of subcontractor(s) used, if any, and a description of the extent of work performed by the subcontractor(s), and F. The number, type and severity of any quality, delive ry or cost problems in performing the contract, the corrective action taken and the effectiveness of the corrective action. Delivery of the equipment is required within 56 days after date of contract. The item will be delivered to and inspected and accepted by: NAVSEA Philadelphia Ship Systems Engineering Station Electromagnetic Compatibility Laboratory Bldg 1000 Rm 95-78 Attn: J. Kidd, Code 9534 Philadelphia Naval Business Center Philadelphia, PA 19112 This solicitation includes an Exhibit A - DD Form 1423, Contract Data requirements List. All offerors shall request a copy to be provided electronically by Mr. Albert Stracciolini via e-mail: stracciolinia@nswccd.navy.mil Proposals should be based on F.O.B. Destination. Inspection and Acceptance will be at Destination. A Firm Fixed Priced contract will result from this solicitation. The following FAR provisio ns and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items. 52.212-2 Evaluation-Commercial Items, with para. (a) fill-in: The following factors shall be used to evaluate offers: Price and Technical acceptability of equipment based on documentation submitted and Past Performance. 52.212-3 ALT I, Offeror Representations and Certifications - Commercial Items. Offerors shall include a completed copy of 52.212-3 with ALT I with offers. 52.212-4, Contract Terms and Conditions - Commercial Items. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (clauses checked under 52.212-5 are: 52.219-8, 52.222-21, 52.222-26, 52.232-33). All clauses shall be incorporated by reference in the resultant order. Additional contract terms and conditions applicable to this procurement are: 252.212-7000, Offeror Representations and Certifications - Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (clauses checked under 252.212-7001 are: 52.203-3, 252.225-7012, 252.227-7015, 252.247-7023) . DFAR 252.204-7001 Commercial and Government Entity (CAGE) Code, DFAR 252.204-7004 Required Central Contractor Registration. DOD will no longer award contracts to contractors not registered in the Central Contractor Registration (CCR) database. Registration may be done by accessing the CCR Web site at http://www.acq.osd.mil/ec. A paper registration form may be obtained from the DOD Electronic Commerce Information Center at 1 (800) 334-3414. No Numbered Notes apply. This announcement will close at 4:00 PM Philadelphia time on 15 June 2003. Point of Conta ct is Albert Stracciolini who can be reached at 215-897-1371 or email stracciolinia@nswccd.navy.mil. A signed hardcopy proposal and/or an electronic copy of a signed proposal submitted via e-mail is acceptable. Oral and/or facsimile proposals/quotes are not acceptable in response to this notice. All quotes shall include price(s); FOB Destination, a point of contact, name and phone number, GSA contract number if applicable; business size and payment terms. All responsible sources may submit an offer which shall be considered by the agency.
- Record
- SN00331785-W 20030525/030523213602 (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 |