MODIFICATION
66 -- Spectrum Analyzer - Amendment 1
- Notice Date
- 9/12/2016
- Notice Type
- Modification/Amendment
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- Department of the Army, Army Contracting Command, MICC, MICC - Fort Polk, PO Drawer 3918, Fort Polk, Louisiana, 71459-5000, United States
- ZIP Code
- 71459-5000
- Solicitation Number
- RFQ001886136
- Archive Date
- 10/1/2016
- Point of Contact
- Tri B. Nguyen, Phone: 3375317821
- E-Mail Address
-
tri.b.nguyen2.mil@mail.mil
(tri.b.nguyen2.mil@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Amendment to the previous solicitation. There is no set-aside on this solicitation. Combined Synopsis/Solicitation For Spectrum Analyzer 1. This is a combined synopsis/solicitation for commercial items and services 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. The solicitation (RFQ001886136) is being issued as a Request for Quotation (RFQ). This notice and the incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-90 dated 25 Aug 16. All responsible sources may submit a proposal. 2. The North American Industry Classification System (NAICS) code is 334515 - Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals. There is a no set-aside requirement for this contract. The basis of award will be Lowest Priced Technically Acceptable Offeror. Additionally, offerors must quote on all items to be eligible for award. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation. 3. The following provisions apply to this RFQ: FAR 52.212-1 Instructions to Offerors - Commercial and FAR 52.212-3 Offeror Representations and Certifications- Commercial Items. Note: 52.212-3 shall be completed in the offerors System for Award Management (SAM) record. All interested parties MUST be registered in SAM in order to receive a contract award. If you are not registered with SAM, you may contact the SAM Help Desk at 1-866-606-8220 or register on-line at http://www.sam.gov. The following clauses apply to this RFQ and resulting contract: FAR 52.212-4, Contract Terms and Conditions-Commercial Items, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, DFARS 252.203-7005 - Representation Relating to Compensation of Former DoD Officials, 252.204-7004 - Alternate A, System for Award 4. Description of supply: CLIN Number 0001 Spectrum Analyzer, 2 Set • Complete monitoring and DF system in a compact weatherproof housing • ITU-compliant monitoring • Emitter location based on standard direction finding (AoA), TDOA and hybrid direction finding (combination of AoA and TDOA) • Wide frequency range from 9 kHz to 6 GHz • Open interfaces • High-performance monitoring and DF receiver • Wide frequency range from 9 kHz to 6 GHz (direction finding from 300 kHz to 6 GHz) • Extremely fast scan with up to 12 GHz/s across entire frequency range • IF spectrum and demodulation up to 20 MHz • Multichannel DDC signal extraction within real time bandwidth • Integrated GPS with high-accuracy timestamp for TDOA applications • Fast, reliable direction finding due to high DF accuracy • In line with all applicable ITU requirements and recommendations • AoA direction finding • Extension for conventional direction finding (optional) • Reliable DF results even in difficult environments (e.g. urban areas with up to 50 % reflection) • Use of DF antennas with active/passive switchover; optimum solution for any signal scenario • TDOA location • Use for emitter location within a TDOA network • Automated recording of I/Q data with high-accuracy timestamp • Hybrid AoA/TDOA location • Combined benefits of AoA and TDOA • Flexible choice of suitable method for given application • Use of same hardware for both methods • Practically simultaneous use of DF and TDOA capabilities • Easy site selection due to minimal infrastructure requirements • Installation on mast close to antennas; no additional building structure required • Remote control via LAN and mobile radio networks • Flexible power supply (AC and DC) • Compact design • Use for wide range of monitoring tasks • Spectrum monitoring with optional R&S®ARGUS 6.1 software • Radio monitoring with optional R&S®RAMON software • Customized applications based on open interfaces and special software solutions Compatible with Current Software Configuration and Antenna systems installed at Fort Polk, LA. The current system is a ADD295 R&S Maintains All Current Warranties with other associated equipment at Fort Polk. Spectrum Analyzer must be fully weatherized to be utilized outside on current mast. This combined synopsis & solicitation notice is a request for competitive quotations. Therefore, all capability statements or quotations received prior to the RFQ close date will be considered. 5. The Government will award a single purchase order contract resulting from this RFQ to the responsible offeror whose offer represents the best value in terms of technical capability and price. All non-price factors (i.e., technical capability and past performance) are significantly more important than price. 6. Offerors must submit representations and certifications in accordance with the provision at FAR 52.212-3 Offeror Representations and Certifications-Commercial Item. (Accessible at the FAR Site, http://farsite.hill.af.mil) 7. Submit the following documents in response to this RFQ: Offers are due on September 16, 2016 2:00 PM EST. All questions/inquiries must be submitted to the contract officer via electronic mail (e-mail) not later than 3:00 PM EST on September 15, 2016. Inquiries submitted via telephone calls will be re-directed to an e-mail submission. Submit offers or any questions to the attention of SSG Tri Nguyen and copy to Ms. Christine Stringer via email to: tri.b.nguyen.2.mil@mail.mil and christine.stringer.civ@mail.mil, respectively. Offerors who fail to complete and submit the requirements above may be considered non-responsive.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/1d9961f3f9c826931f4318ce34508cb0)
- Place of Performance
- Address: Fort Polk, Fort Polk, Louisiana, 71459, United States
- Zip Code: 71459
- Zip Code: 71459
- Record
- SN04266468-W 20160914/160912234637-1d9961f3f9c826931f4318ce34508cb0 (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 |