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. The Electronic Proving Ground, Fort Huachuca, Arizona is soliciting proposals for the following requirement: 2 each, MITEQ Model AM-1652-3000-N-1179 Preamp, AM-3A-0001.10-N-1179; .3-100 0 MHz 150 KHz -1200 MHZ Typ; Frequency Range 50 - 3000 MHz; Gain 41 dB Min, 43 dB Typ.; Gain Flatness ± 1.75 dB Max.; Noise Figure (10 MHz) 3.0 dB Max, 2.8 dB Typ.; Noise Figure (1200 MHz) 3.4 dB Max, 3.3 dB Typ.; Noise Figure (3000 MHz) 4.7 dB Max, 4.5 dB Typ. P1dB +14 dBm Min. @ 50 MHz; +11 dBm Min. @ 1.8 GHz; +8 dBm Min. @ 3 GHz; Third Order Intercept Point +27 dBm Typ. @ 10 MHz; +23 dBm Typ @ 1.25GHz; +20 dBm Typ. @ 2.5 GHz VSWR ref 50© 2.0:1 Max, less than1.5:1 Typ.; AC Power 100-240 VAC, 47-440 Hz; Size Out line #12-2; Warranty 3-Years Unconditional; Connectors N-Female; 2 each, MITEQ Model AM-3A-0001.10-N-1179 Preamp; Frequency Range 0.3 - 1000 MHz; 150 KHz 1200 MHz Typ.; Gain 37 dB Min, 39 dB Typ.; Gain Flatness ± 0.75 dB Max, ± 0.5 dB Typ; Noise Figu re (10 MHz) 1.4 dB Max, 1.25 dB Typ.; Noise Figure (500 MHz) 1.6 dB Max, 1.35 dB Typ.; Noise Figure (1 GHz) 1.8 dB Max, 1.65 dB Typ. P1dB +10 dBm Min.; VSWR ref 50© 2.0:1 Max, less than1.5:1 Typ.; AC Power 100-240 VAC, 47-440 Hz Warranty 3-Years Unconditio nal; Size Outline #12-3; Connectors N- Female; 1 each, Amplifier Research Field Monitor Model FM7004; 3 each, Agilent 83050A Microwave System Amplifier RF; 2GHz-50GHZ, 20dBm at 40 GHz; 3 each, Agilent 8847D Amplifier with Option 84447D-011; 3 each, Agil ent N 8211A Analog Up converter Synthetic Instrument Module 250 kHz to 40 GHz (Option 540); 4 each, Isotropic -E- Field Probe Model FP7060/Kit a broadband isotropic electric field measurement instrument for use in EMC and EMI applications; communicates thr ough glass fiber optic cables (up to 100 meter cable between the FM 7004 and the EP7060; 2 each, Broadax Systems, Special Ruggedized Designed W2005 Laptop: Intel Pentium M 1.8 GHZ (2MB Cache) CPU Dual Memory Socket, 64MB Shared RAM 2 x Serial Ports, Dual USB 2.0 and Dual IEEE 1394. 2. GB DDR Memory ; EIDE 80 GB; Removable CE-Rom D drive ; Integrated 32-Bit 3D/2D GFX Core with Max 64M Shared RAM; 15.1 XGA 1024x758 LCD Display: Built in AC97 Sound and Stereo Speakers Built-in 10/100 M Bit Ethernet LAN: Sta ndard Keyboard with Cover: 2 Type-II or 1 Type -III PCMCIA slot: Primary Li-ion Battery: EMI/ EMC (461E) Windows XP: CAR Mount; 1 Year Parts and labor Standard Warranty; 2 each, Intel Pentium M1.8 GHz (2MB Cache) CPU: Dual memory Socket, 64MB Shared RAM, 2x Serial Ports, Dual USB 2.0 and Dual IEEE /Removable CD-ROM Drive/ Integrated 32-Bit 3D/2DGFX Core with Max. 64 MB Shared RAM/ 15.1 in GA 1024x 768 LCD/ Built -in sound and Stereo Speakers/ Built-in 10.1000M Bit Ethernet LAN/ Standard Key board w. Cover; 2 each, 2.0 BG DDR Memory; 2 Each , EIDE 80.0 GB; 2 each, EMI/EMC (461E); 2 each, Car Mount. FOB DESTINATION: Fort Huachuca, Arizona. Payment will be made by Government credit card under Net 30 Terms. Offers are due no later than 12 noon, Mountain S tandard Time, Tuesday, 4 September 2007. Offers shall be submitted electronically at:
[email protected]. EVALUATION CRITERIA/PROCEDURES: Offers will be evaluated based on the following best value criteria in descending order of importance: M eeting the requirement, Proposed Delivery Schedule, Past Performance, and Price. The result of the award will be posted in Fedbizopps(http://www.fbo.gov/) under Award Notices. Questions pertaining to the Award Notice must be submitted in writing. For ad ditional information, contact Virginia J. Miller, Contracting Officer, at (520) 538-3978 or
[email protected]. The synopsis/solicitation docu ment and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-16. This is a total small business set aside. The NAICS code is 334111 The solicitation is issued as a request for proposal (RFP) and will be awar ded as a firm-fixed-price. All Electronic and Information Technology will be Section 508 of the Rehabilitation Act of 1973 compliant. The following FAR provision 52.212-1, Instruction to Offerors Commercial items, applies to the acquisition. FAR provisio n 52.212-2, Evaluation of Commercial Items, applies to the acquisition (See evaluation criteria above). Offerors shall include a completed copy of FAR provision 52.212-3,Offeror Representations and Certifications Commercial Items, and furnish Offeror's Tax Identification Number, CAGE Code, Central Contractor Registration Number, DUNS Number, and applicable FSC Codes with its offer. FAR clauses 52.212-4, Contract Terms and Conditions Commercial Items and 52.212-5, Contract Terms and Conditions Required Imple menting Statutes or Executive Orders Commercial Items apply to this acquisition. FAR clause 52.219-8, Utilization of Small Business Concerns apply. The government reserves the right to select for award, all, some, or none of the proposals received in resp onse to this announcement.
Bid Protests Not Available