SOLICITATION NOTICE
66 -- IARCA and DSAS System
- Notice Date
- 8/8/2007
- Notice Type
- Solicitation Notice
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, MD, 20899-1640, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- SB1341-07-RQ-0417
- Response Due
- 8/20/2007
- Archive Date
- 9/4/2007
- Description
- THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THE SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES UNDER THE AUTHORITY OF FAR 13.5 TEST PROGRAM FOR CERTAIN COMMERCIAL ITEMS. ***This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-18.*** *** The associated North American Industrial Classification System (NAICS) code for this procurement is 334515 with a small business size standard of employees. However, this requirement is unrestricted and all interested Contractors may submit a quotation.*** *** The National Institute of Standards and Technology is seeking to purchase One (1) Infrasonic Acoustics Reciprocity Calibration Apparatus and a High Precision Wide Band Dynamic Signal Analysis System. **All interested Contractors shall provide a quote for the following: Line Item 0001: Quantity One (1) Infrasonic Acoustics Reciprocity Calibration Apparatus (IARCA) and High Precision Wide Band Dynamic Signal Analysis System (DSAS), which shall meet or exceed the following required specifications: The two principal components of this instrument consist of the Infrasonic Acoustics Reciprocity Calibration Apparatus (IARCA) and the High Precision Wide Band Dynamic Signal Analysis System (DSAS). These two principal components must work together as a system, as well as perform individually, according to the NIST minimum specifications. The following minimum specifications are relevant to the functional, integrated system: numbers 1, 2, 28, and 29. Minimum specifications 1, 28, and 29 explicitly mention both the IARCA and the DSAS. The following minimum specifications apply to the IARCA: numbers 2 through 26 The following minimum specifications apply to the DSAS: numbers 27 through 45 Minimum specifications: 1.) Infrasonic Acoustics Reciprocity Calibration Apparatus with High Precision Wide Band Dynamic Signal Analysis System must include in its components an Infrasonic Acoustics Reciprocity Calibration Apparatus (abbreviated IARCA in these specifications) and a High Precision Wide Band Dynamic Signal Analysis System (abbreviated DSAS in these specifications) 2.) Using a PC with IEEE 488 card (this PC with IEEE 488 card is not included in this order), IARCA must be controllable via the IEEE 488 bus using a command set that includes commands identical to those in the entire set of commands that can be used to control the Bruel & Kjaer Type 5998 Reciprocity Calibration Apparatus. 3.) IARCA must be useable with IEC 61094 Part 1 Types LS1P and LS2aP laboratory standard microphones and standard ground shield configurations in IEC 61094 Part 1 to measure electrical transfer impedance and must have at least two channels: Channel A for the receiver microphone and Channel B for the transmitter microphone in reciprocity calibration. The reproducibility of electrical transfer impedance measurements at fixed ambient conditions shall be (plus or minus two standard deviation values shall be) plus or minus 0.004 dB or better for Type LS1P microphones, and plus or minus 0.007 dB or better for Type LS2aP microphones. 4.) Channel A shall provide a 7 pin LEMO socket for a Bruel and Kjaer Type 2673 preamplifier with insert voltage calibration, Channel B shall provide a 7 pin LEMO socket for a Bruel and Kjaer Type 2673 preamplifier with insert voltage calibration, and all necessary accessory adapters and microphone fixture apparatus shall be provided. 5.) IARCA must provide an input for an external signal generator, and this input shall accept a maximum input voltage of at least 6 V peak, shall provide a gain of 6 dB (or multiple gain settings including a 6 dB setting), and shall have an input impedance characterized by resistance that is at least 100 kilohms, in parallel with a capacitance that does not exceed 40 pF. 6.) IARCA electrical specifications shall meet the following specifications 7.) through 26.): 7.) The generator input channel shall include a high pass filter with cut off (minus 3 dB point) frequency at 1 Hz within plus or minus 0.5 Hz . 8.) For Channels A and B the IARCA frequency ranges of response shall include at least the following ranges without exceeding the indicated tolerances on response amplitude in dB: 1 Hz to 200 kHz plus or minus 3 dB, and 20 Hz to 25 kHz plus or minus 0.1 dB. 9.) For Channels A and B the gain shall be adjustable to indicated settings within plus or minus 0.1 dB, over a range including the range 0 dB to 50 dB, in steps that include the 10 dB steps. 10.) For Channels A and B at any gain setting, the maximum voltage at the outputs for linear operation (before clipping occurs) shall be at least 10 V peak. 11.) For Channels A and B the Total Harmonic Distortion for a 1 kHz signal at 1 V output shall be less than 0.01 percent. 12.) For Channels A and B the input noise for the bandwidth 20 Hz to 25 kHz shall be less than 10 microvolts. 13.) For Channels A and B the output noise for the bandwidth 20 Hz to 25 kHz shall be less than 300 microvolts. 14.) For Channels A and B the gain stability shall be 0.001 dB per hour or better at 23 degrees Celsius. 15.) For Channels A and B the input impedance shall be characterized by resistance that is at least 100 kilohms, in parallel with a capacitance that does not exceed 140 pF. 16.) Channels A and B shall be provided with high pass filters with selectable cut off (minus 3 dB point) frequency settings including 1 Hz, 20 Hz, and 100 Hz, with asymptotic roll off rates of at least 6 dB/octave. 17.) For Channels A and B, the output impedance at all outputs shall be 50 ohms plus or minus 5 ohms, and the connectors provided at all outputs must include BNC connectors. 18.) For the microphones undergoing calibration, the IARCA shall provide an internal source of polarization voltage, and an input connection for an external source of polarization voltage. If the user decides to use an external source of polarization voltage rather than the internal source of polarization voltage that is provided in the IARCA, the user will provide this external source of polarization voltage. 19.) The internal polarization voltage shall be 200 V DC, factory adjusted within plus or minus 50 mV or better, with an adjustment range including plus or minus 1 V from 200 V DC. 20.) The internal polarization voltage stability shall be plus or minus 40 ppm per month or better, and plus or minus 140 ppm per year or better. 21.) The internal polarization voltage temperature stability shall be plus or minus 15 ppm per degree Celsius or better. 22.) A test socket shall be provided to measure the internal polarization voltage, and the output impedance at this test socket shall be less than 0.1 ohm for currents up to at least 200 microamperes. 23.) The permissible voltage range at the input for an external source of polarization voltage shall include the range minus 200 V to plus 200 V DC. 24.) The IARCA shall operate from line power over a line voltage range including the range 90 to 140 V AC, and a line frequency range including the range 50 to 60 Hz. 25.) The IARCA shall include at least two insert voltage preamplifiers with driven shields and at least two with grounded shields, and each of four of these preamplifiers (two with driven shields and two with grounded shields) shall have an input resistance of at least 9 gigohms, in parallel with a capacitance of 0.05 pF or smaller. 26.) The IARCA shall include a transmitter unit with grounded shield that provides a reference capacitor in series with the transmitter (sound source) microphone during reciprocity calibration. The value of this reference capacitor shall be within the range 4 to 5.5 nF, and shall be provided with a calibration of its value within plus or minus 0.05 percent or better. The value of this reference capacitor shall not vary by more than plus or minus 0.01 percent over the frequency range 20 Hz to 25 kHz, and its long-term stability shall be plus or minus 100 ppm per year or better. 27.) The High Precision Wide Band Dynamic Signal Analysis System (abbreviated DSAS in these specifications) shall meet the following specifications 28.) through 45.) 28.) Using a PC with IEEE 488 card (this PC with IEEE 488 card is not included in this order), the DSAS, the reciprocity measurement software that shall be provided with DSAS, and other software that shall be provided with DSAS shall be usable with the IARCA to perform measurements for reciprocity calibrations of IEC 61094 Part 1 Types LS1P and LS2aP laboratory standard microphones, according to procedures consistent with IEC 61094 Part 2, as well as to perform other general purpose measurements of which the PC and DSAS without IARCA are capable. 29.) The reciprocity measurement software provided with DSAS shall be usable with IARCA to measure the gains of channels A and B and to apply correction for these measured gains during reciprocity calibration. 30.) DSAS shall have at least 2 input channels and at least one signal generator source (output) channel, and shall be expandable by the possible future acquisition of additional input and output modules to at least eight input channels. 31.) DSAS input channels shall be capable of operating over the frequency range from DC to at least 200 kHz if only one channel is used, and from DC to at least 100 kHz if two channels are used simultaneously. 32.) DSAS generator output channel (source) shall be capable of operating over the frequency range from DC to at least 100 kHz. 33.) DSAS input channels shall be capable of at least 24 bit analog to digital conversion at frequencies from DC up to at least 25 kHz, and at least 16 bit analog to digital conversion at frequencies from the upper-frequency limit of 24 bit analog to digital conversion up to at least 100 kHz. 34.) DSAS shall be provided with FFT software for single channel measurements and for at least two channel frequency response measurements, capable of performing baseband and zoom measurements at user selected settings for the number of lines including the range of settings from 50 to 6400 lines, and for frequency span settings including the range from 1.56 Hz to 204.8 kHz. 35.) DSAS shall be provided with time domain window weighting functions including at least uniform, Hanning, Flat top, Kaiser Bessel, Transient, and Exponential. 36.) DSAS shall be capable of (using at least two channels) real time constant percentage bandwidth (CPB) analysis in octave, one third octave, one twelfth octave, and one twenty fourth octave bands at frequency spans, respectively, up to about 112 kHz, 75 kHz, 30 kHz, and 15 kHz (for at least two channels). 37.) DSAS shall be capable of swept sine wave signal analysis at user specified settings of detector accuracy over a range including the range from 0.01 to 1 dB, with frequency points selectable to be linearly or logarithmically spaced in frequency, or user defined. 38.) DSAS input channel linearity for a given range setting shall be plus or minus 0.1 dB, typically plus or minus 0.01 dB from 0 to 60 dB below full scale; plus or minus 0.2 dB, typically plus or minus 0.02 dB from 60 to 80 dB below full scale, and typically plus or minus 0.05 dB from 80 to 100 dB below full scale, or better (tighter tolerances). 39.) DSAS input channel to channel match (maximum gain difference, same input range) shall be 0.1 dB, typically less than 0.01 dB, or better (smaller maximum gain difference). For any input range, channel to channel match (maximum gain difference) shall be 0.1 dB, typically less than 0.05 dB, or better (smaller maximum gain difference). 40.) Crosstalk between any two DSAS channels at input range settings including the settings 7 mV to 7 V shall be minus 130 dB or better (smaller) at frequencies from 0 to at least 2 kHz, and minus 100 dB or better (smaller) at frequencies up to 102.4 kHz. 41.) At frequencies from 0 to at least 100 kHz, crosstalk between the source (generator) output and any channel shall be minus 120 dB or better, or better than minus 90 dB re the maximum input voltage, whichever is greater (worse). 42.) The DSAS input common mode rejection ratio at input range settings including the settings 7 mV to 7 V shall be at least 70 dB, typically 80 dB, from 0 to 120 Hertz, and at least 30 dB, typically 40 dB, at frequencies up to 25.6 kHz. 43.) DSAS input impedance of each microphone input channel shall be characterized by resistance of at least 1 megohm in parallel with a capacitance not more than 200 pF, and input signal ground coupling shall be user-selectable to be floating or single-ended (grounded to chassis). 44.) Harmonic and spurious distortion products in the source output channel of the DSAS into a 10 kilohm load shall be at least 80 dB below full range output, or not more than 1 microvolt, whichever is larger, at frequencies up to at least 25 kHz, and at least 70 dB below full range output, or not more than 1 microvolt, whichever is larger, at frequencies up to at least 100 kHz. 45.) Source frequency of the DSAS shall be accurate within 0.0025 percent or smaller. ***The Contractor shall provide a minimum of a 12 month Warranty for the instrumentation. The warranty must cover parts and travel/labor for on-site repairs under the warranty period.*** ***Delivery shall be completed not later than 15 weeks after receipt of an order and shall be FOB Destination. FOB Destination means: The contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for any loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. The contractor shall deliver all line items to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899. *** *** Award shall be made to the quoter whose quote offers the best value to the Government, technical capability, past performance, and price shall be considered. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," 2) Past Performance,3) Past Experience, and 4) Price. Technical capability shall be equal in importance to price. If Technical Capability, Past Performance, and Past Experience are equivalent, when combined, price shall be the determining factor. Technical Evaluation: Evaluation of Technical Capability shall be based on the information provided in the quotation. Quoters shall include product literature, which addresses all specifications & clearly documents that the product offered meets or exceeds the specifications identified herein. Past Performance: Past Performance will be evaluated to determine the overall quality of the product & service provided and the Contractor?s history of meeting delivery schedules for prior deliverables. Evaluation of Past Performance shall be based on the references provided and/or the quoters recent and relevant procurement history with NIST or its affiliates. Offerors must provide a list of at least three (3) references to whom the same or similar equipment has been provided. The list of references shall include, at a minimum: The name of the reference contact person and the company or organization; the telephone number of the reference contact person; the contract or grant number; the amount of the contract and the address and the telephone number of the Contracting Officer if applicable; and the date of delivery or the date services were completed. If three (3) references cannot be provided for the same or similar equipment, the offeror must provide three (3) references to whom equipment has been provided. In addition, a description of the equipment sold to the three (3) references must be provided. Past Experience: The Contractor shall describe their past experience performing similar work, explain how their experience is relevant to this project and how their experience will ensure successful completion of the project. Past Performance, Past Experience, and Price shall not be evaluated on quotes that are determined technically unacceptable in accordance with the Technical Capability Evaluation factor. *** The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html. *** *** The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offerors Representations and Certifications- Commercial Items.*** *** Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required.*** ***The following clauses apply to this acquisition: 52.204-7 Central Contractor Registration; 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 including subparagraphs: (15) 52.222-3, Convict Labor; (16) 52.222-19 Child Labor ? Cooperation With Authorities And Remedies; (17) 52.222-21, Prohibition of Segregated Facilities; (18) 52-222-26, Equal Opportunity; (20) 52.222-36, Affirmative Action for Workers with Disabilities; (25) 52.225-3 Buy American Act - Free Trade Agreements - Israeli Trade Act; (27) 52.225-13 Restriction on Certain Foreign Purchases; (32) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm. *** ***All quoters shall submit the following: 1) An original and one (1) copy of a quotation which addresses all of the above line items; 2) An original and one (1) copy of the technical description and/or product literature; 3) Description of commercial warranty; and 4) An original and one (1) copy of the most recent published price list(s), 5) Past performance references which must include the company/organizations name, contact person, phone number, and e-mail address, and 6) A description of relevant past experience.*** This is an Open-Market Combined Synopsis/Solicitation for equipment as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: The offeror shall state ?The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition.? OR The offeror shall state ?The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s) ***All quotes shall be received not later than 3:00 PM local time, on August 20, 2007 at the National Institute of Standards & Technology, Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, MD 20899-1640, Attn: Andrea Parekh. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist (Andrea G. Parekh) @ andrea.parekh@nist.gov. Because of heightened security, FED-EX, UPS, or similar delivery methods are the preferred method of delivery of quotes. If quotes are hand delivered, delivery shall be made on the actual due date through Gate A, and a 24-hour (excluding weekends and holidays) prior notice shall be made to the Contracts Office at 301-975-6984. NIST is not responsible for late delivery due to the added security measures. In addition, offerors/quoters who do not provide 24-hour notification in order to coordinate entrance to the NIST campus shall assume the risk of not being able to deliver offers/quotes on time. The Government is not responsible for the amount of time required to clear unannounced visitors, visitors without proper identification and without complete information that would allow delivery (i.e. point of contact, telephone POC, bldg., room number, etc.). If 24-hour notification was not provided, it is suggested your company representative or your courier service arrive at NIST at least 90 minutes prior to the closing time in order to process entry to the campus through the visitor center and complete delivery. Notice shall include the company name, name of the individual making the delivery, and the country of citizenship of the individual. For non-US citizens, the following additional information will be required: title, employer/sponsor, and address. Please ensure that the individual making the delivery brings photo identification, or they will be denied access to the facility. E-mailed quotes are acceptable. Faxed quotes will NOT be accepted. ***
- Place of Performance
- Address: 100 Bureau Drive, Gaithersburg, MD, Mailstop 1640
- Zip Code: 20899-1640
- Country: UNITED STATES
- Zip Code: 20899-1640
- Record
- SN01365618-W 20070810/070808220558 (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 |