SOURCES SOUGHT
59 -- Logic Analyzer
- Notice Date
- 8/10/2011
- Notice Type
- Sources Sought
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- Department of the Air Force, Direct Reporting Units, USAF Academy - 10 CONS, 8110 Industrial Drive, Suite 200, USAF Academy, Colorado, 80840-2315, United States
- ZIP Code
- 80840-2315
- Solicitation Number
- FA7000-11-T-0085
- Point of Contact
- Michelle E. Desmarais, Phone: 7193332965, Diana Myles- South, Phone: 719-333-8650
- E-Mail Address
-
michelle.desmarais@usafa.af.mil, Diana.Myles-South@usafa.af.mil
(michelle.desmarais@usafa.af.mil, Diana.Myles-South@usafa.af.mil)
- Small Business Set-Aside
- Woman Owned Small Business
- Description
- Responsible Sources Sought for United States Air Force (USAF) Academy Logic Analyzers. This notice is not a solicitation. This announcement serves as a sources sought notice for the upcoming competitive acquisition for USAF Academy Logic Analyzers. Interested firms must reference their 8(a), HUB Zone, Woman Owned, Service Disabled Veteran-Owned or other small business socioeconomic status that must be signed by a company official with authority to bind the company. All potential offerors are reminded, in accordance with Defense Federal Acquisition Regulations (DFARS) 252.204-7004, Required Central Contractor Registration, lack of registration in the Central Contractor Registration (CCR) will make an offeror ineligible for contract award. This sources sought notice is also issued for the purpose of market research in accordance with Federal Acquisition Regulation (FAR) Part 10. All businesses capable of providing these products are invited to respond. Any information provided by industry to the Government as a result of this sources sought notice is voluntary. The Government will not pay for any information submitted in response to this sources sought notice. The 10th Contracting Division, USAF Academy, is seeking potential sources who can provide an "or equal" for the Logic Analyzers as described herein. The applicable NAICS Code is 334515 with the small business size standard is 500 employees. The proposed contract will be a commercial Firm Fixed Price contract. Quantities: 20 each Description: Tektronix TLA5201B Logic Analyzers for the ECE Department's Computer Engineering Lab to replace 18 logic analyzers that are reaching end-of-lifecycle; these 18 logic analyzers will be exchanged/turned-in toward the purchase of the new twenty (20) analyzers required below. The Electrical and Computer Engineering Department currently has 18 Agilent 1682A Logic Analyzers used in the ECE 382, ECE 383 and Senior Capstone courses. These devices also support some department research efforts. The Agilent 1682A logic analyzers we have are out of production and will reach their end of life-cycle (no longer supported) on 6 June 2012. However, these logic analyzers are already showing signs of their age. All of them are experiencing channel failures and one of them is completely inoperative. In order to repair the channel failures, each Logic Analyzer would require costly parts. Also in order to fully support ECE 382 and ECE 383, each logic analyzer would require "unlocking" the Serial Peripheral Interface (SPI) features at an additional costly expense per unit, hence, the replacement of these devices that meet all current and anticipated future requirements. Equipment specifications are: The department has been tasked to allow for expanded section sizes in both ECE 382 and ECE 383. In order to handle 16 students per section in both classes, along with senior capstone requirements, 20 logic analyzers are needed. • Minimum of 34 channels (up to two dedicated clock channels) • Flying lead probes for each channel • Minimum sampling rate of 80 MHz (or sampling period <= 12.5 ns) • Sampling rate of 1 GHz to allow use on higher speed prototype and research systems • Minimum memory depth of 1 MB, 2 MB preferred • Ability to decode parallel hexadecimal address and data bytes • Serial Peripheral Interface (SPI) decode capability • Inter-Integrated Circuit (I2C) decode capability • RS-232 decode ability • Ability to program trigger conditions based on the state of input signals • Ability to capture and save data for off-line analysis • Operating input voltage range from -2.5 V to +5.0 V, safe up to +/- 15 V • 100Mb/s or higher RJ-45 LAN connection • NOTE: they will NOT be connected to USAFA.edu or.mil networks. They will be networked to an isolated, local printer in the future • Ability to print data display • Stand-alone device • Connections for external keyboard and mouse • Minimum of two unused USB connections All items and components must be made and manufactured in accordance with DFARS 252-225-7001, Buy American Act and Balance of Payments Program. For the full text version of any referenced Federal or Defense Federal Acquisition Regulations, please visit http://farsite.hill.af.mil. All contractors interested in supplying these products may indicate their interest in this proposed acquisition by sending an email to include your name, contact information, company name, business size, your level of interest in this proposed acquisition, literature on your product, CAGE code, and answers to the following questions: 1. Do you have an "or equal" product? 2. What size business is your company? How many employees do you have? 3. Where is the product manufactured? 4. Have you manufactured these items or something similar? 5. What are your payment terms? 6. What is your business arrangement in the commercial industry? 7. Are you a manufacturer, or do you subcontract the work? 8. Have you ever performed government contracts? 9. What is your lead-time for logic analyzers? 10. What are your commercial terms and conditions? 11. Is this item on a GSA Schedule? If yes, please provide the GSA Schedule number, proof that the item is on your schedule with a copy of the terms and conditions. Vendors who are interested must also indicate the discount price for the trade-in for the logic analyzers and describe the process for the trade-in and what it entails. Only responsible suppliers need respond. NOTE: Specifications that are more detailed will accompany the solicitation. ** No telephone responses, please** This sources sought is for planning purposes only and does not commit the government to pay for the information requested. If you are not interested in supplying these items, no response is necessary. This notice is designed to locate responsible sources that have an interest, and have the ability to supply the items described herein. Responsible vendors who are interested may contact Michelle Desmarais, Contract Specialist, via email at michelle.desmarais@usafa.af.mil or the Contracting Officer, Diana Myles-South, via e-mail at diana.myles-south@usafa.af.mil by 4 p.m. Mountain Daylight Time, 19 August 2011.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/DRU/10ABWLGC/FA7000-11-T-0085/listing.html)
- Place of Performance
- Address: US Air Force Academy, USAF Acacemy, Colorado, 80840, United States
- Zip Code: 80840
- Zip Code: 80840
- Record
- SN02529253-W 20110812/110810235841-d07424fb72d08dc5fbd131640f481cbb (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 |