SOLICITATION NOTICE
66 -- Integrated Signal Generator
- Notice Date
- 8/10/2020 3:44:48 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- FA8751 AFRL RIKO ROME NY 13441-4514 USA
- ZIP Code
- 13441-4514
- Solicitation Number
- FA875120R0027
- Response Due
- 8/24/2020 12:00:00 PM
- Archive Date
- 09/08/2020
- Point of Contact
- Jennifer Calandra-Willson
- E-Mail Address
-
Jennifer.Calandra-Willson@us.af.mil
(Jennifer.Calandra-Willson@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Offers are being requested and a written solicitation (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. Solicitation FA8751-20-R-0027 is issued as a Request for Proposal (RFP) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-06 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20200605. See https://www.acquisition.gov/ for the full text of all provisions and clauses incorporated by reference herein. This procurement is being issued as a small business set-aside under NAICS code 334515 and small business size standard 750 employees. The contractor shall provide the items below on a BRAND NAME ONLY, Firm Fixed Price Basis including the cost of shipping FOB Destination: (See the Attachment 1- Brand Name Justification) SMA100B Signal Generator � A Quantity of 1 SMA100B (1x)� Part No. 1419.8888.02 (Base System) R&S SMA100B Signal Generator is an ultra-low noise analog, low profile, signal generator covering the frequency range of 8 kHz to 20 GHz. Its low wideband noise (-162 dBc at 30 MHz from 10 GHz), excellent jitter (17.5 fs at 1GHz, 1Hz to 10 MHz BW), and clean harmonic content (70 dB harmonic suppression) make it an ideal generator to use as a clock for phase synchronizing multiple RF sources SMAB-B92 (1x) Part No. 1420.8288.04 (Hardware Option) This is a reduced platform height option, which reduces the spatial profile - the total height of the unit 2 HU. SMAB-B120 (1x) Part No. 1420.8788.02 (Hardware Option) CW Frequency range option:� 8 kHz to 20 GHz. SMAB-K33 (1x) Part No. 1420.7300.02 (Software License Option) High output power option; provides up to 20 dBm output signal power SMAB-B711 (1x) Part No. 1420.8020.02 (Hardware Option) Ultra-low phase noise option; provides ultra-low SSB phase noise (-132 dBc typ. At 10 kHz from 10 GHz) SMAB-K22 (1x) Part No. 1420.9710.02 (Software License Option) Enables high performance analog pulse modulation. SMAB-K23 (1x) Part No. 1420.9726.02(Software License Option) Enables high performance analog pulse generator. SMAB-K703 (1x) Part No. 1420.9761.02 (Software License Option) Enables ultra-low noise 100 MHz & 1 GHz reference inputs and outputs (for synchronizing multiple sources with high precision). ACASMA100B (1x) Part No. 3598.3236.03(Calibration Option) R&S Accredited calibration. ISO 17025 accredited and ISO 9001 certified, traceable to national/international standards. Documentation of calibration provided. ZZA-KNP21 (1x) Part No. 1177.8803.00 (Hardware Option) 2 HU 19 Inch Rackmount kit ERST.2 (1x) Part No. 1036.4777.00 (Hardware Option) Testport adapter, N female. CW2SMA100B (1x) Part No. 3598.3236S07 (Warranty Option) Extends 3 year warranty to five years. Includes calibration coverage, 1 scheduled R&S maintenance calibration, and all repairs and calibrations after repairs/upgrades. SMW200A Vector Signal Generator -A Quantity of 1 SMW200A (1x) Part No. 1412.0000.02� (Base System) R&S SMW200A Vector Signal Generator is an ultra-low noise vector signal generator covering the frequency range of 100 kHz to 20 GHz. The standard baseband option has high I/Q generation bandwidth (120 MHz); and it will be configured with differential analog I/Q outputs (SMW-K16), thus providing individual quadrature control without the use of external compensating components. The ultra-low phase noise option (SMW-B711) has low SSB noise (-150 dBc at 10 kHz from 1 GHz), and good suppression of harmonic content (55 dB harmonic suppression). These qualities, along with the phase coherence input/output option (and I/Q signal routing options (SMW-B90 and SMW-B13 respectively) will make it a stable and reliable source for providing baseband I/Q inputs to the SGS100A RF signal generators SMW-B1020 (1x) Part No. 1428.5107.02 (Hardware Option) CW Frequency range option: �100 kHz to 20 GHz. SMW-B13 (1x) Part No. 1413.2807.02 (Hardware Option) Signal routing and baseband main module, one I/Q path to RF section SMW-B90 (1x) Part No. 1413.5841.02 (Hardware Option) Phase coherent input/output package. SMW-K22 (1x) Part No. 1413.3249.02 (Software License Option) Enables high performance pulse modulation. SMW-K23 (1x) Part No. 1413.3284.02 (Software License Option) Enables high performance analog pulse generator. SMW-K703 (1x) Part No. 1413.7380.02 (Software License Option) Enables ultra-low noise 100 MHz & 1 GHz reference inputs and outputs (for synchronizing multiple sources with high precision). SMW-K16 (1x) Part No. 1413.3384.02 (Software License Option) Provides differential I/Q signal outputs ACASMW200A (1x) Part No. 3598.3236.03 (Calibration Option) R&S Accredited calibration. ISO 17025 accredited and ISO 9001 certified, traceable to national/international standards. Documentation of calibration provided. SMW-B711 (1x)��� Part No. 1428.6703.02 (Hardware Option) Provides ultra-low phase noise performance. ZZA-KN4 (1x) Part No. 1175.3033.00 (Hardware Option) 4 HU 19 Inch Rackmount kit CW2SMA100B (1x) Part No. 3596.7011S07 (Warranty Option) Extends 3 year warranty to five years. Includes calibration coverage, 1 scheduled R&S maintenance calibration, and all repairs and calibrations after repairs/upgrades. SGS100A SGMA RF Source -A Quantity of 2 SGS100A (2x) Part No. 1416.0505.02 R&S SGS100A SGMA RF Source is the smallest fully integrated vector signal generator on the market [1 height unit (1.75 inches) by 19.5 inches long], saving space for system integration; and can enable high throughput due to very short frequency times ~ 280 microseconds. It can be used as a local oscillator (LO) for cavity measurements or as an LO for IQ sideband generation. The Single Sideband (SSB) Phase Noise (noise that spreads from carrier to sideband) is -133 dBc [decibels relative to the carrier]. The SSB Phase Noise is further lowered with the OCXO option. The SGS100A RF Source has a frequency range: 1 MHz � 12.75 GHz: Continuous Wave; 80 MHz - 12.75 GHz: I/Q Modulator and uses a 10 MHz reference and a 1 GHz reference standard, which are used to generate phase- coherent, synchronized signals between two signal sources. When coupled with the SGS-K90, (oven controlled crystal oscillator) we can obtain much better phase-coherence. SGS-B1 (2x) Part No. 1416.2408.02 A reference oscillator OCXO [Oven Controlled Crystal Oscillator]. Multiple units can be coupled through the LO reference ports. SGS-B26 (2x) Part No. 1416.1353.02 An electronic step attenuator will allow us to vary the power attenuation of our signals in a controlled and graduated way. This device increases ranges from -20 dBm to +25 dBm to a new range of -120 dBm to + 25 dBm with a resolution of 0.01 dB SGS-B106V (2x) Part No. 1416.2350.02 1 MHz to 6 GHz, I/Q with vector modulation package. [I/Q: In Phase/Quadrature]. SGS-B112V (2x) Part No. 1416.1576.02 Frequency Extension to 12.75 GHz, CW, I/Q. SGS-K22 (2x) Part No. 1416.2650.02 This Pulse modulation package can be used in conjunction with IQ modulation. The pulse modulator can be controlled by an internal pulse generator. The rise/fall time is on the order of 20 nanoseconds. This Pulse modulator is used for high dynamic range requirements. The On/Off Ratio > 80 dB. The pulse modulation option is an add-on to the IQ modulation option, manipulating the trigger and other signals to ultimately obtain an RF-Out pulse. SGS-K90 (2x) Part No. 1416.2608.02 Phase Coherent Input/output package. The frequency range of the internal local oscillator signal for RF setting 80 MHz � 6.5 GHz is between 80 MHz and 6.5 GHz. The frequency range of the internal local oscillator signal for RF setting between 6.5 and 12.75 GHz is 3.25 � 6.375 GHz. ACASGS100A (2x) Part No. 3596.7028.03 Accredited calibration certificate (ISO 17025: General Requirements for the Competence of Testing and Calibration Laboratories and ISO 9001: Certified Quality Management). ZZA-KN20 (2x) Part No. 1175.3191.00 A 19 inch rack adapter for mounting two half 19� housings 1 TU high next to each other in a standard 19� rack. CW2SGS100A (2x) Part No. 3596.7028S07 Extension of 3 year standard warranty to 5 years and Calibration coverage. Includes 1 scheduled R&S Manufacturer Calibration and all repairs and maintenance. Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. The required delivery of 10 Weeks After Receipt of Order (ARO). All deliveries shall be made in accordance with FAR 52.247-34 FOB Destination (NOV 1991). The place of delivery, acceptance and FOB destination point is Rome NY 13441 . The provision at 52.212-1, Instructions to Offerors � Commercial Items (JUN 2020), applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) Written proposals/quotes are due at or before 3:00 PM, (Eastern Time) 24 AUG 2020. Submit to: AFRL/RIKO, Attn: Jennifer Calandra-Willson by email to jennifer.calandra- willson@us.af.mil.� Offerors are encouraged to submit their proposals/quotes using the SF 1449, Solicitation/Contract/Order for Commercial Items. (b)(4)� Submit a technical description of the items being offered. (b)(11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (b)(12) Include a statement verifying that your firm is capable of conforming to the requirements of DFARS clause 252.211-7003, Item Identification and Valuation. (g) Contract award. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror�s initial offer should contain the offeror�s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; and waive informalities and minor irregularities in offers received. The provision at FAR 52.212-2, Evaluation -- Commercial Items (Oct 2014) applies. In addition to the information within Paragraph (a), the following factors shall be used to evaluate offers: technical capability of the item offered to meet the Government requirement; price; and past performance All evaluation factors are equal. In determining an Offeror�s relevancy of past performance, the Government will consider aspects such as similarity of product/service/support, complexity, dollar value, duration, contract type, and degree of subcontract/teaming. Offerors are required to complete representations and certifications found in the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (JUN 2020). Offerors are required to complete representations and certifications found in the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial, the provision at: FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (DEC 2019), DFARS 252.225-7000, Buy American - Balance of Payment Program Certificate. (NOV 2014) FAR 52.229-11 Tax on Certain Foreign Procurements�Notice and Representation (Jun 2020) For your convenience all referenced certifications are attached to this solicitation. (Attachment No. 2) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (OCT 2018), applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (JUN 2020), applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government (JUN 2020), Alternate I (Oct 1995) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020) 52.209-6, Protecting the Government Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUN 2020) 52.219-6, Notice of Total Small Business Aside (MAR 2020) DEVIATION 2020-O0008 52.219-8, Utilization of Small Business Concerns (Oct 2018) 52.219-14, Limitations on Subcontracting (MAR 2020) 52.219-28, Post Award Small Business Program Re-representation (MAY 2020) 52.222-3, Convict Labor (Jun 2003) 52.222-19, Child Labor�Cooperation with Authorities and Remedies (JAN 2020) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). 52.222-26, Equal Opportunity (Sep 2016) 52.222-35, Equal Opportunity for Veterans (JUN 2020) 52.222-36, Equal Opportunity for Workers With Disabilities (JUN 2020) 52.222-37, Employment Reports on Veterans (JUN 2020) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) 52.222-50, Combating Trafficking in Persons (Jan 2019) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33, Payment By Electronic Funds Transfer�System For Award Management (Oct 2018) The following additional FAR and FAR Supplement provisions and clauses also apply: 52.203-3, Gratuities (Apr 1984) 52.203-17 � Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights (JUN 2020) 52.204-16, Commercial and Government Entity Code Reporting (Jul 2016) 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016) 52.204-21, Basic Safeguarding of Covered Contractor Information Systems (Jun 2016) 52.204-22, Alternative Line Item Proposal (Jan 2017) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (MAR 2020) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.247-34, FOB Destination (Nov 1991) 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (SEP 2011) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights. (SEP 2013) 252.203-7005, Representation Relating to Compensation of Former DoD Officials (NOV 2011). 252.204-7003 Control of Government Personnel Work Product (APR 1992) 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (MAY 2016) 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism. (MAY 2019) 252.211-7003, Item Identification and Valuation (MAR 2016) Para. (c)(1)(i): N/A Para. (c)(1)(ii): N/A Para. (c)(1)(iii): N/A Para. (c)(1)(iv): N/A Para. (f)(2)(iii): N/A 252.213-7000, Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System�Statistical Reporting in Past Performance Evaluations (SEP 2019) 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors. (JAN 2018) 252.223-7008, Prohibition of Hexavalent Chromium (JUN 2013) 252.225-7000, Buy American--Balance of Payments Program Certificate (NOV 2014) 252.225-7001, Buy American and Balance of Payments Program (DEC 2017) 252.225-7012, Preference for Certain Domestic Commodities (DEC 2017) 252.225-7013 Duty Free Entry (MAY 2016) 252.227-7015, Technical Data--Commercial Items (FEB 2014) 252.227-7037, Validation of Restrictive Markings on Technical Data (SEP 2016) 252.225-7048 Export-Controlled Items (JUN 2013) 252.225-7052 Restriction on the Acquisition of Certain Magnets, Tantalum, and Tungsten.� (DEVIATION 2020-O0006) 252.225-7974 Representation Regarding Business Operations with the Maduro Regime. (DEVIATION 2020-O0005) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (DEC 2018) 252.232-7006, Wide Area Workflow Payment Instructions (Dec 2018) 252.232-7010, Levies on Contract Payments (DEC 2006) 252.243-7001 Pricing of Contract Modifications (DEC 1991) 252.243-7002, Requests for Equitable Adjustment (DEC 2012) 252.244-7000, Subcontracts for Commercial Items (JUN 2013) 252.246-7008, Source of Electronic Parts (MAY 2018) 252.247-7023, Transportation of Supplies by Sea � Basic (FEB 2019) 5352.201-9101, Ombudsman (JUN 2016) is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Ombudsman: Mr. Steven L. Ewers, 1864 Fourth Street, Wright-Patterson AFB OH 45433-7130, COMM (937) 904-4407, email: Steven.Ewers@us.af.mil Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFAR 232.7003 for specific procedures.� The DoD preferred electronic form for transmission is Wide Area Workflow � Receipt and Acceptance (see website � https://wawf.eb.mil).� Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Please confirm in your proposal that your company is able to submit electronic invoices as set forth in the clause. Note that the clause at 252.211-7003 is included in this solicitation. Agency specific guidance is provided below: Vendors will be expected to supply Unique Item Identifier (UII/ UID) labels for the following items: SMA100B Signal Generator (Quantity of 1) SMW200A Vector Signal Generator (Quantity of 1) SGS100A SGMA RF Source (Quantity of 2) UII/ UID component data elements should be marked on an item using two dimensional data matrix symbology that complies with ISO/IEC International Standard 16022, Information technology - International symbology specification - Data matrix; Error Checking and Correction 200 (ECC200) data matrix specification. (A)LABEL: If using Construct 1: Encode the two dimensional data matrix with CAGE CODE (Enterprise ID) and Serial #. If using Construct 2: Encode the two dimensional data matrix with CAGE CODE, Serial #, and Part/Lot/Batch #. Any costs associated in complying with these terms should be included as part of the firm fixed priced offer herein. The Defense Priorities and Allocations System (DPAS) rating C-9 has been assigned to this effort. All responsible organizations may submit a proposal, which shall be considered.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/f57db8818b394f0d92f24b5cf685f7e1/view)
- Record
- SN05751812-F 20200812/200810230151 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |