SOURCES SOUGHT
66 -- Vector Network Analyzer (VNA) Station Upgrade
- Notice Date
- 8/31/2011
- Notice Type
- Sources Sought
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, 562 CBSG OMP (AFMETCAL), 813 Irving Wick Dr. W. Bldg 2, Heath, Ohio, 43056-6116, United States
- ZIP Code
- 43056-6116
- Solicitation Number
- 12E-162A-RF
- Archive Date
- 9/16/2012
- Point of Contact
- Allen Kurella, Phone: 740-788-5052, Tom Carson, Phone: 740-788-5049
- E-Mail Address
-
Allen.Kurella@afmetcal.af.mil, tom.carson@afmetcal.af.mil
(Allen.Kurella@afmetcal.af.mil, tom.carson@afmetcal.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Vector Network Analyzer (VNA) Station Upgrade Contracting Office Address Department of the Air Force, Air Force Materiel Command, AFMETCAL, 813 Irving Wick Dr. W., Building 2, Heath, OH 43056-1199 Description This is a request for information (RFI) / SOURCES SOUGHT SYNOPSIS. This request is not a solicitation (Request for Proposal or Request for Quotations) or a promise to issue a solicitation in the future. The purpose of this request for information is in support of market research being conducted by the Air Force Metrology Calibration Program (AFMETCAL) to identify potential sources and gather information on current capabilities within the market. This synopsis is for planning purposes only and is NOT to be construed as a commitment by the Government nor will the Government pay for information solicited hereunder. All costs associated with responding to this RFI will be solely at the responding party's expense. The level of security clearance and amount of foreign participation in this requirement has not been determined. All information received in response to this RFI that is marked PROPRIETARY will be handled accordingly. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Proprietary information or trade secrets should be clearly identified. If, after reviewing this documents, you desire to participate in the market research, you should provide documentation that supports your company's capability in meeting these requirements. Failure to provide documentation may result in the government being unable to adequately assess you capabilities. If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.) Both large and small businesses are encouraged to participate in this Market Research. Joint ventures or teaming arrangements are encouraged. The VNA station upgrade will be to update software written by NIST based upon a line-reflect-line (LRL) or a thru-reflect-line (TRL) calibration of a VNA. The updated software must also execute performance testing of traditional short-open-load-thru mechanical VNA calibration kits, as well as writing new characterization data to floppy disc/flash drive for traditional mechanical VNA verification kits. The software is to be based on a machine state driven approach rather than an instrument driven approach and integrated within the AF NextGen operating environment. A controller with sufficient processing power to control the VNA and process the necessary data flow is also required as part of the potential solicitation. The software upgrade will also entail verification and potential debugging of all the algorithms in the NIST software. This includes algorithms respective to VNA calibration coefficients and complex error corrections using a twelve-term error box derived from a weighted pair selection of airlines required for a primary metrological level of precision. Other updates to be integrated into the software include all data measurement and point-by-point uncertainty reporting and protocol definitions which must be interfaced into the AF NextGen operating environment. The product will include: [1] top level overall design integration; [2] instrument control and substitution of standards; [3] overall design and integration strategies respective to each module/script/program that is developed; [4] scheme for data acquisition, storage, and retrieval; [5] graphical user interface; [6] top-down specification review; [7] alpha test (each module and overall); [8] beta test (each module and overall); [9] modification list (per module and overall); and [10] validation/verification test plan. Potential offers must have primary standards level expertise in VNA design theory and an understanding of multiple transmission line VNA calibration techniques, competency in processing VNA math/error correction algorithms in realizing the lowest VNA measurement uncertainties possible, high-level metrology expertise in VNA theory, traceability and computing/reporting VNA uncertainty, as well as high level programming experience with complex math programs and large amounts of measurement data transfer/storage. The total estimated quantity is 1 unit. Surplus or used material is not acceptable for this item. Offerors responding to this sources sought market research notice must: (1) state whether they are a small or large business, and indicate if the company is a small disadvantaged or woman-owned business, veteran owned, 8(a) firm, or a historically black college or university or minority institution (HBCU/MI), or a historically underutilized business zone (HUBZone) small business (2) advise if your product is a commercial item and how long you can hold pricing if quotes are requested (3) advise if you have the item on a GSA schedule or other Government contract include front page of schedule and the page showing the part is on award (4) provide information concerning the technical capabilities of the product you are interested in offering, including commercial literature/brochures and warranty. Describe any awards you have been involved in that are the same as or similar to what is described in this RFI. Include any other pertinent information which would enable the government to assess your firm's capabilities (5) advise if you accept the Government purchase card (6) Provide Point of Contact including: company/ institute name, address, phone number and email address (7) provide assigned Commercial and Government Entity (CAGE) Code (8) Verify if your company/institute is listed in the Central Contractor Registration (CCR) (9) State if your company is domestically or foreign owned (if foreign owned, please indicate the country of ownership) (10) Advise how much time you would need to submit a technical proposal if a solicitation is issued (11) provide an estimated price for one each. Submit all responses to the listed point of contact. If an email response is not possible, submit by FAX to 740-788-5157 or mail to 813 Irving-wick Dr W., Building 2, Heath OH 43056-1199. Reference 12E-162A-RF in all correspondence. Responses are due by 9/16/2011. Point of Contact - Allen Kurella, Contract Specialist, Phone 740-788-5052 Email: allen.kurella@afmetcal.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFMETCAL/12E-162A-RF/listing.html)
- Record
- SN02558137-W 20110902/110901000741-23843dddc991f4f9bc5285a4be7c31af (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 |