Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2012 FBO #3921
SOLICITATION NOTICE

66 -- Agilent Test Equipment

Notice Date
8/17/2012
 
Notice Type
Presolicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
 
ZIP Code
08733-5083
 
Solicitation Number
N68335-12-R-0288
 
Archive Date
9/15/2012
 
Point of Contact
Wendy F Bell, Phone: 732-323-4692, Christine Yezzo,
 
E-Mail Address
wendy.bell@navy.mil, christine.yezzo@navy.mil
(wendy.bell@navy.mil, christine.yezzo@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Synopsis for Agilent brand Test Equipment The Naval Air Warfare Center - Aircraft Division, Lakehurst, NJ (NAWCADLKE) intends to procure the following Agilent brand equipment: 1. Digital Signal Analyzer - 20 GHz 80/40 GSa/s 4 Ch 50M, qty (1), P/N: DSAX92004A 2. Precision Probe for 90000 series oscilloscopes - installed, qty (1), P/N: DSOX90000-001 3. I2C/SPI Protocol Decode - installed, qty (1), P/N: DSOX90000-007 4. InfiniiScan - installed, qty (1), P/N: DSOX90000-009 5. User-Defined Function - installed, qty (1), P/N: DSOX90000-010 6. RS-232/UART Protocol Decode - installed, qty (1), P/N: DSOX90000-015 7. USB 2.0 Protocol Decode - installed, qty (1), P/N: DSOX90000-016 8. MATLAB - Standard Digital Analysis Package, qty (1), P/N: DSOX90000-062 9. Removable Hard Drive - installed, qty (1), P/N: DSOX90000-801 10. Probe Amplifier, InfiniiMax III 20 GHz, qty (4), P/N: N2801A 11. InfiniiMax III Browser Probe Head, qty (4), P/N: N5445A 12. 3.5 mm to precision BNC Adapter, qty (4), P/N: N5442A 13. High Impedance adapter for 90000-X series, qty (4), P/N: N5449A 14. InfiniiMax III ZIF probe head, qty (4), P/N: N5439A 15. Performance verification and deskew fixture, qty (1), P/N: N5443A 16. Probe positioner- 3D, qty (4), P/N: N2787A 17. Active probe - 2 GHz single-ended, qty (4), P/N: N2796A 18. InfiniiMax III 2.92mm differential probe head, qty (4), P/N: N5444A 19. Blocking Capacitor, 45MHz - 26.5GHz, qty (4), P/N: 11742A 20. Vector Signal Analysis Software (PC/Instrument License), qty (1), P/N: 89601B 21. Basic VSA, no HW connectivity, inc 12 mth subscription service, qty (1), P/N: 89601B-200 22. Hardware Connectivity, qty (1), P/N: 89601B-300 23. Vector Modulation Analysism, qty (1), P/N: 89601B-AYA 24. Infiniium DSO - 2.5 GHz, 10/20 GSa/s, 4 Ch, qty (1), P/N: DSO9254A 25. Removable Hard Drive - installed, qty (1), P/N: DSO9000A-801 26. Current Probe, 100 MHz AC/DC with AutoProbe, qty (4), P/N: N2893A 27. Eval Kit for InfiniiVision and Infiniium 9000 Series Oscilloscopes, qty (4), P/N: N2918B 28. InfiniiMax III Browser replacement tips (kit of 4), qty (4), P/N: N5476A 29. High-performance input cable, 2.92mm connectors, 1m length, 40GHz, qty (4), P/N: N2812A 30. Additional removable HDD for M890/Win7-based 90000 series scopes, qty (2), P/N: N5474C 31. Additional removable HDD for M890/Win7-based 9000 series scopes, qty (2), P/N: N2745B 32. InfiniMax III ZIF Tip, qty (5), P/N: N2838A 33. Differential probe- 6GHz, qty (4), P/N: N2752A 34. Agilent spectrum visualizer for infiniium oscilloscope, qty (1), P/N: 64996A 35. Infiniium PC-Based Scope analysis software, qty (1), P/N: N8900A This procurement will be acquired under a limited source competitive procurement for Agilent brand equipment under the authority of 10.U.S.C. 2304(c) (1) as cited in FAR 6.302-1, "Only one responsible source and no other supplies or services will satisfy agency requirements." The solicitation will be open to the original equipment manufacturer (OEM) and all authorized distributors of Agilent equipment only. The Agilent brand equipment identified above is the only known test equipment to meet all of the minimum digital signal analyzer and oscilloscope requirements for the VHF trunked radio system to support the United States Capitol Police (USCP) Radio Modernization project. The USCP requires a single piece of electronic test equipment capable of measuring signal voltage across all equipment interfacing with its new trunked simulcast system. The test equipment is required to provide end-to-end measurements across the following: Base station radio equipment; Mobile and portable radio equipment; Radio dispatch console audio equipment; GPS receiver equipment; and, Server and computer equipment. The test equipment must produce real-time custom test measurements and frequency analysis ‘on-the-spot'. Additionally it must have an oscilloscope so that in the event of a system or sub-sytem failure, the failure can be quikly identified identified and resolved. This oscilliscope is required to be able to measure data traffic from both USB and ethernet interfaces, RF interfaces, voltage levels, and frequency domain analysis. This oscilliscope will be used to troubleshoot system malfunctions and to aid USCP in meeting the following maintenance response guidelines: Tier 1: Diagnositic and solution within 30 minutes; Tier 2: Diagnostic and solution within 1 hour; and, Tier 3: Diagnostic and solution within 2 hours. The existing USCP radio system is currently equipped and tested with Agilent test equipment. Due to the current architecture and design of the existing USCP radio system and the architecture of the new system that is currently being installed, the USCP must be capable of having test equipment that is interoperable amongst both radio systems. The Agilent test equipment and accessories are only interchangeable among other Agilent equipment and will not interface with other brand equipment. This will be a commercial item procurement to provide the Special Communications Requirements (SCR) Division Naval Air Warfare Center Aircraft Division St. Inigoes, MD with the above stated equipment. As a result of the solicitation, NAWCADLKE intends to award one firm fixed price contract. Award will be based on a determination of "Lowest Price Technically Acceptable". It is mandatory for offerors to register with the Central Contractor Registration (CCR) database. The CCR provides the DUNS (Data Universal Numbering System + 4 number) and the company's CAGE (Commercial and Government Entity) code that will be required to conduct business with the Department of Defense. The solicitation and applicable attachments will be posted to the NAVAIR homepage located at http://www.navair.navy.mil (Select "Business Opportunities" then "Open Solicitations") on or about 31 August 2012. Hard copies of the solicitation and amendments will NOT be mailed to the contractors.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-12-R-0288/listing.html)
 
Record
SN02844430-W 20120819/120817235502-848a5445eb1199a4c12a94853322e756 (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.