Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 23, 2012 FBO #3833
SOURCES SOUGHT

66 -- Arbitrary Waveform Generators

Notice Date
5/21/2012
 
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, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218
 
ZIP Code
45433-7218
 
Solicitation Number
F4FBBJ2125A001(ss)
 
Archive Date
6/15/2012
 
Point of Contact
Matthew J. Strange, Phone: 9372570997
 
E-Mail Address
matthew.strange@wpafb.af.mil
(matthew.strange@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS (Not a Notice of Solicitation) The United States Air Force, ASC/Operational Contracting Division, Wright-Patterson AFB, Ohio is seeking potential sources that are capable of providing Two (2) Arbitrary Waveform Generators that will work with a third Arbitrary Waveform Generator already in-house, and will not result in additional set-up/reconfiguration costs. Contractors responding should specify that their product meets the specifications provided below and provide detailed product information to show clear technical compliance. Additionally, sales history, including recent commercial companies sold to should be included to determine commerciality. The required specifications for the two Arbitrary Waveform Generators are as follows: • 4 channels per unit • Each channel having 1.2 x 10^9 (1.2 billion) samples per second • 14 bits of resolution per channel • 32 x 10^6 sample points per channel • Delay between channels is < 100 picoseconds • 2 digital markers per channel with corresponding BNC Connectors for each marker. • 0-4.5Vpp for single ended output / 9Vpp for differential output • 2 BNC Connectors per channel for single/differential output (One BNC for single ended) (Two BNC for differential output) • Capability to read data captures from Tektronics Spectrum/Oscilliscope and playback data. Also capable of reading Agilent VDF files • Full compatibility with Tektronics RFX100 RDR Radar Signal Generation Software • Same coding syntax as Tektronics 4 Channel AWG • Software which allows for automation of switching between signals being played back based on external stimulus. For example triggers or other types of stimulus • Less than 6 weeks delivery time from receipt of order All interested contractors shall submit a response demonstrating their capabilities to produce the requested equipment to the Primary Point of Contact listed below. As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. Contractors responding should indicate whether they are, or are not, a small business, a socially and economically disadvantaged business, or a woman owned business. The general definition of a small business is one that is independently owned and operated, is not dominant in the field of operation in which it is proposing on Air Force contracts and with its affiliates; and the number of employees does not exceed 500. NAICS Code to be used for this acquisition is 334515. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent acquisition. Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled contractor and any contemplated use of foreign national employees on this effort. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not individually be notified of the results of any government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), SDB, WOSB, VOSB, etc.). CAPABILITIES PACKAGE: All interested contractors shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of commercial sales-and product specifications related to this effort. Responses may be submitted electronically to the following e-mail address: matthew.strange@wpafb.af.mil in a Microsoft Word compatible format or mailed to ASC/PKOAA POC: Matthew Strange, 1940 Allbrook Dr. Ste 3 Rm 109, Wright-Patterson AFB, OH 45433-5309 to be received no later than 2:00 p.m. Eastern Standard Time, 31 May, 2012. Direct all questions concerning this acquisition to Matthew Strange at matthew.strange@wpafb.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/F4FBBJ2125A001(ss)/listing.html)
 
Place of Performance
Address: 2241 Avonics Circle, WPAFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN02753606-W 20120523/120521235429-69235dff1db99c3f87129f3ffa3728cd (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.