SOURCES SOUGHT
66 -- RF Measurement System for PCM Research - Minimum Technical Specifications
- Notice Date
- 1/17/2018
- Notice Type
- Sources Sought
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- Department of the Navy, Office of Naval Research, Naval Research Laboratory, 4555 Overlook Ave. S.W., Washington, District of Columbia, 20375
- ZIP Code
- 20375
- Solicitation Number
- N00173-18-RFI-TL03
- Archive Date
- 2/8/2018
- Point of Contact
- TaLisa M. Boyd, Phone: 202-767-0667
- E-Mail Address
-
TaLisa.Boyd@nrl.navy.mil
(TaLisa.Boyd@nrl.navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Minimum Technical Specifications THIS IS A REQUEST FOR INFORMATION (RFI) ONLY AND YOUR RESPONSE IS NOT AN OFFER. THIS REQUEST FOR INFORMATION DOES NOT COMMIT THE GOVERNMENT TO PAY ANY COSTS INCURRED IN PREPARATION OF ANY SUBMISSION TO THIS MARKET SURVEY OR TO CONTRACT FOR SERVICES. 1. LOCATION - Naval Research Laboratory (NRL) sites in Washington, DC. 2. OBJECTIVE - The Naval Research Laboratory is searching for potential sources capable of providing a COMMERCIALLY AVAILABLE RF measurement system for the characterization and analysis of small-signal behavior, linearity, and power handling in elecronic devices and circuits. Answers to this RFI will be key in shaping certain aspects of the requirement. 3. CONTRACT TYPE: The Government is contemplating a solicitation of proposals for award of a firm-fixed priced contract. 4. COMPETITION STRATEGY - Currently contemplating full and open competition unless the results from this RFI support a set-aside of any kind. Federal multiple award schedule holders and/or small businesses are encouraged to reply. 5. LENGTH OF AWARD - From date of award through delivery 6. MINIMUM SPECIFICATIONS - NRL requires a COMMERCIALLY AVAILABLE RF measurement system for the characterization and analysis of small-signal behavior, linearity, and power handling in electronic devices and circuits. The system must be capable of characterizing the small-signal scattering parameters (S-parameters) of electronic devices and circuits over a broad frequency range. The system must be capable of providing multi-tone linearity measurements and power handling (power sourcing and measurement) characterization. The system must be compatible with standard probe schemes (wafer-level probing, standard cable or waveguide fixtures) and capable of performing these measurements without additional equipment beyond external biasing for the device under test. The system shall consist of a network analyzer; at least one additional RF source for multi-tone measurements with associated source and receive attenuators, combiners, and switches; a power sensor capable of measurement across the entire frequency band of the network analyzer; appropriate bias networks to allow for external biasing of the device under test; and any software and calibration hardware necessary for optimal operation of the system. 7. RESPONSE FORMAT - The Government REQUIRES that interested parties, at a minimum, supply ALL the following information, in a Capability Statement using the following format: I. CONTACT INFORMATION: a) Name of Company b) Telephone Number, Fax Number, Address, and e-mail address c) DUNS Number, business size, CAGE code, and number of employees d) NAICS code and PSC/FSC code of proposed item/solution II. COMMERCIALITY OF PROPOSED ITEM a) Whether service(s) offered/proposed is a commercial service and is customarily used by the general public or non- b) Whether the service has been sold, leased, or licensed to the general public, and if so, identify one or more such sales, leases, or licenses to document the commerciality of the item. III. DESCRIPTION OF RELEVANT EXPERIENCE and CAPABILITY a) Provide a description of how proposed item will meet or exceed EACH of the requirements b) Provide a description of experience providing similar items to those outlined in the Statement of Work. c). Provide a list of any Navy, DoD, federal, state, or local contracts supported, where similar services were provided, during the past 36 months. Provide a brief description of the type of work/research performed. IV. ROUGH ORDER OF MAGNITUDE (ROM) V. ADDITIONAL INFORMATION: In addition to the above information, input from industry detailing best practices in the following areas is welcome, as this may assist the Government in obtaining necessary products utilizing low-risk, high-efficiency procedures: a) Methods of quantifying and qualifying specifications required if a request for proposal (RFP) is issued. b) Proposal evaluation factors. c) Quality assurance monitoring of contractor performance. ------------------------- 52.215-3 -- Request for Information or Solicitation for Planning Purposes. Request for Information or Solicitation for Planning Purposes (Oct 1997) (a) The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation. (b) Although "proposal" and "offeror" are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal. (c) This solicitation is issued for the purpose of: market research and procurement planning. (End of Provision)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/ONR/N00173/N00173-18-RFI-TL03/listing.html)
- Place of Performance
- Address: Naval Research Laboratory, 4555 Overlook Avenue, SW, Washington, District of Columbia, 20375, United States
- Zip Code: 20375
- Record
- SN04792363-W 20180119/180117231634-3f8d2f45edc7f161840745d420e3e1a6 (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 |