Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 24, 2007 FBO #1944
SOLICITATION NOTICE

66 -- PATTERN GENERATOR AND ERROR DETECTOR ANALYZER

Notice Date
3/22/2007
 
Notice Type
Solicitation Notice
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC07190841Q
 
Response Due
3/29/2007
 
Archive Date
3/22/2008
 
Small Business Set-Aside
Total Small Business
 
Description
This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This procurement is being conducted under the Simplified Acquisition Procedures (SAP). This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This procurement is set aside for small business. This notice is being issued as a Request for Quotations (RFQ) for: Quantity of 1, Pattern Generator and Error Detector Analyzer which must meet the following minimum specifications: Pattern Generator Minimum requirements: Maximum frequency: 1500 MHz External clock rate input: Must run down to 10 KHz PRBS patterns: Built in standard and custom defined patterns Logic families: PECL/LVPECL/LVDS/LVTTL/CML/ECL Clock and data outputs: SMA and in differential configuration Error insertion: Length (Bits): 1,2,4,8,16,32,64,128 Frequency: Single event or repetitive Error Detector Analyzer Minimum requirements: Maximum frequency: 1500 Mb/s Clock/Data inputs: SMA and in differential/single ended configurations PRBS patterns: Built in standard and custom defined patterns Error Analysis: Basic BER Table of BER stats Burst Length History of burst Size Error Free Interval History of intervals Correlation Errors positions history. Pattern Sensitivity Errors within pattern Block Mode Errors per block history. Strip Chart BER vs. Time Chart Data capture: Up to 8 Mb capture Field upgradeable: Eye Diagram Capability, BER contour, Mask test, Jitter analysis, Q-factor analysis, Forward error correction emulation, 2-D error mapping Offeror shall provide 1 copy each of operating and maintenance manuals written in English for the Pattern Generator and Error Detector Analyzer. The provisions and clauses in the RFQ are those in effect through FAC 05-15. This procurement is a total small business set-aside. See Note 1. The NAICS Code and the small business size standard for this procurement are 334515 and 500 employees respectively. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. Delivery to NASA Glenn Research Center is required within 30 days from date of contract. Delivery shall be FOB Destination, NASA Glenn Research Center, and any shipping costs shall be included in the quoted price of each item; do not quote shipping separately. The Government is not subject to state sales tax. The DPAS rating for this procurement is DO-C9 All communication must be in writing (e-mail and fax acceptable). Offers for the items described above are due by 03/29/2007, 4:30 p.m.EST and may be faxed to Dawn R. Pottinger at 216-433-2480. All offers must include: solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), Cage Code, DUNS identification number, Representations and Certifications, identification of any special commercial terms, description of items offered per 52.212-1 (and as modified), and be signed by an authorized company representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml Offerors shall provide the information required by FAR 52.212-1 (JAN 2006), Instructions to Offerors-Commercial, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the Offeror shall so state and shall list the country of origin. Offerors shall include the information required by provision 52.212-3, Offeror Representations and Certifications - Commercial Items, which is incorporated by reference. The representations and certifications will be incorporated by reference in any resultant contract. Representations and Certifications may be obtained via the internet at URLs: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc or http://ec.msfc.nasa.gov/msfc/pub/reps_certs/midrange/ or http://www.grc.nasa.gov/WWW/Procure/rforms.html or The (BPN ORCA) Business Partner Network (BPN) Online Representations and Certifications Application (ORCA) website at: http://orca.bpn.gov FAR 52.212-4 (SEPT 2005), Contract Terms and Conditions-Commercial Items is applicable. The applicable FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-- Commercial Items is applicable. As prescribed in 12.301(b)(4), insert the following clauses: a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (2) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78) (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: _X_(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm All contractual and technical questions must be in writing (e-mail or fax) to Dawn R. Pottinger not later than March 26, 2007, 4:30p.m est. Telephone questions WILL NOT be accepted. Selection and award will be made to that offeror whose offer will be most advantageous to the Government, with consideration given to the factors of meeting specifications, price, and past performance. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). An ombudsman has been appointed -- See NASA Specific Note "B". It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://procurement.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
Click here for the latest information about this notice
(http://procurement.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22#123997)
 
Record
SN01257400-W 20070324/070322221942 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.