SOLICITATION NOTICE
66 -- Instrumentation for Channel Sounder - Specifications
- Notice Date
- 7/27/2015
- Notice Type
- Combined Synopsis/Solicitation
- 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 B130, Gaithersburg, Maryland, 20899-1410, United States
- ZIP Code
- 20899-1410
- Solicitation Number
- NB672020-15-02622
- Archive Date
- 8/19/2015
- Point of Contact
- Angela L. Hitt, Phone: 3034977305
- E-Mail Address
-
angela.hitt@nist.gov
(angela.hitt@nist.gov)
- Small Business Set-Aside
- HUBZone
- Description
- Specifications This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation, Solicitation No. NB672020-15-02622, is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83. The associated North American Industrial Classification System (NAICS) code for this procurement is 334515 with a small business size standard of 500 employees. This requirement is Brand Name/Specific Make/Model for National Instruments (NI). This is a HUBZone set-aside and is being issued using the simplified acquisition procedures under the authority of FAR 13.5 test program for certain commercial items. This combined synopsis/solicitation is for the commercial items included in the chart below, identified as Line Items 1 through 13. The listed Line Items listed under the Technical Specifications are components necessary for the National Instruments Instrumentation for a Channel Sounder. Description of requirements for the items to be acquired: National Institute of Standards and Technology (NIST) is supporting the development of test methods, best practice guidelines, and uncertainties for use in smart manufacturing applications. NIST will perform measurements of the wireless propagation environment with a channel sounder system, consisting of existing and new instrumentation components produced by a single manufacturer. The NIST-designed channel sounder architecture will be similar to that developed in prior years. In this architecture, a pseudo-noise code waveform modulates an RF carrier that is transmitted into the environment. The received signal is correlated with a copy of the input signal, providing the impulse response of the propagation environment. The channel sounder will utilize existing NIST-owned instrumentation hardware augmented by additional control, RF, and timing circuitry. To utilize the existing NIST-owned instrumentation a new instrumentation must be procured. The objective is to procure additional instrumentation components that will enable NIST to perform wireless propagation channel measurements in smart manufacturing environments. Five years of annual calibration of the base station emulator and channel emulator is required. A warranty period of a minimum of 3 years for this instrument is required. The Contractor shall be an authorized quoter/dealer that provides one (1) brand name National Instruments Instrumentation for a Channel Sounder that includes the following subassemblies and meets the following minimum technical requirements. The Contractor shall deliver the system and warranty it, as described below. TECHNICAL SPECIFICATIONS: Instrumentation Components Required for NIST Smart Manufacturing Channel Sounder Line Item Component Use NI Part Number Quantity 1 NI* PXIe-8135 Core i7-3610QE 2.3 GHz Controller, Win 7 (64-bit) When combined with existing Controller, enables separation of existing transmitter and receiver into two units. This is required for field testing in manufacturing environments. 782450-04 1 2 NI PXI-5691 8 GHz Programmable RF Amplifier Module Needed to amplify signals received in manufacturing environments 781035-01 2 3 NI PXIe-6674T Timing and Synchronization Module with OCXO Timing module to synchronize transmitter and receiver 781037-01 2 4 NI PXI-6683H GPS,IRIG-B, IEEE 1588 Sync and Time Module with TCXO Timing module to synchronize transmitter and receiver 782110-01 2 5 NI PXIe-1085, 18-Slot 3U PXI Express Chassis, 12 GB/s System BW 18-slot chassis is needed to support the use of the timing cards 781813-01 2 6 NI Power Cord, AC, U.S., 125VAC, 15A (For PXIe-1085) Power cord for 18-slot chassis 763830-01 2 7 NI PXIe-5646R VST: 200 MHz BW Extension to two-channel testing 782952-01 2 8 NI PXIe-1082DC 8-Slot 3U PXI Express Chassis with DC Power Supply Extension to testing with battery-powered RX 782946-01 1 9 NI DC Power Cord for PXIe-1082DC DC power cord for DC chassis 782950-01 1 10 NI Replacement Power Supply and Fan Shuttle for NI PXIe-1082 Optional AC power cord for DC chassis 780322-01 1 11 NI PMA-1115: Portable PXI Monitor and English Keyboard Accessory Robust keyboard and monitor for field tests 780215-01 1 12 NI 8260, 4-Drive, 3 TB HDD High Speed Storage Module High-capacity, high-speed data storage 782090-01 1 13 Aethercomm 5W broadband power amplifier, 20 MHz to 6.0 GHz, 5-10W PSat SSPA 0.020-6.000-10 1 *NI = National Instruments Calibration, Warranty, Technical Support, Shipping must include: Five years of annual calibration of the National Instruments components, if available. An extended warranty period for the National Instruments components preferable, with a minimum of 3 years required. Shipping of all parts The requested delivery is 4 weeks After Receipt of Order (ARO) for the National Instruments components and 14 weeks ARO for the Aethercomm amplifier. FOB Destination for delivery is NIST, 325 Broadway, Boulder, CO 80305. Delivery point of contact will be provided upon award. The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Offerors shall meet the technical specifications and deliverable schedule. Price shall include cost of shipping. FAR 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. The Government will award a firm fixed price contract based on the following factors: Technical capability, delivery schedule, and price. Technical capability will be evaluated by how well the proposed product meets the Government's minimum requirement. Delivery schedule will be rated separately from the technical capability. Technical capability and delivery schedule are more important than price. The Government reserves the right to make an award to other than the lowest-priced offeror if that offeror is deemed technically unacceptable. A FIRM FIXED PRICE PURCHASE ORDER WILL BE ISSUED TO THE RESPONSIBLE AUTHORIZED QUOTER WHOSE TECHNICALLY ACCEPTABLE QUOTATION IS THE LOWEST PRICE. The quoter must have completed the provisions at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items. Representations and certifications must be uploaded to the System for Award Management at www.sam.gov. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items applies to this acquisition. The following clauses in FAR 52.212-5 are applicable to this solicitation: 52.203-6, Restriction on Subcontractor Sales to the Government with Alternate 1 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-8, Utilizing of Small Business Concerns 52.219-13, Notice of Set-Aside of Orders 52.219-14, Limitations on Subcontracting 52.219-28, Post Award Small Business Program Re-representation 52.222-3, Convict Labor; 52.222-19, Child Labor - Cooperation With Authorities And Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity for Veterans 52.222-36, Affirmative Action for Workers with Disabilities 52.222-37, Employment Reports for Veterans 52.222-40, Notification of Employee Rights Under the National Labor Relations Act 52.223-18, Contractor Policy to Ban Text Messaging While Driving 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer The following clauses are also incorporated by reference into this solicitation: FAR 52.247-34, FOB Destination CAR 1352.201-70, Contracting Officer's Authority CAR 1352.201-72, Contracting Officer's Representative (COR) CAR 1352.209-74, Organizational Conflict of Interest CAR 1352.246-70, Place of Acceptance (APR 2010) (a) The Contracting Officer or the duly authorized representative will accept supplies and services to be provided under this contract. (b) The place of acceptance will be: NIST, 325 Broadway - Shipping and Receiving, Boulder, CO 80305 FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors. The following provisions and clauses are also applicable to this acquisition: NIST LOCAL-04, NIST LOCAL-39, CAR 1352.209-73, CAR 1352.209-74, CAR 1352.213-70, CAR 1352.215-70, CAR 1352.233-70, CAR 1352.233-71. 52.252-1, Solicitation Provisions Incorporated by Reference: This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): at http://acquisition.gov/comp/far/index.html and http://www.osec.doc.gov/oam/acquistion_management/policy/default.htm 52.252-2, Clauses Incorporated by Reference: This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://acquisition.gov/comp/far/index.html and http://www.osec.doc.gov/oam/acquistion_management/policy/default.htm The Contractor shall submit a Quote, to be received no later than 5 p.m. Mountain Time, Tuesday, August 4, 2015, and must include the following: Company name, address, phone numbers, DUNS number, itemized quote including all minimum specifications. Quotes shall be delivered via email to angela.hitt@nist.gov. Please direct any questions regarding this solicitation to Angela Hitt at angela.hitt@nist.gov no later than 11:00 a.m. Mountain Time, Wednesday, July 29, 2015.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/NB672020-15-02622/listing.html)
- Place of Performance
- Address: U.S. Department of Commerce, National Institute of Standards and Technology (NIST), Acquisitions Management Division, 325 Broadway, Boulder, Colorado, 80305, United States
- Zip Code: 80305
- Zip Code: 80305
- Record
- SN03810945-W 20150729/150727234621-59159501c09e7e2103358f59274ed84d (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 |