Federal Bid

Last Updated on 15 Oct 2006 at 4 AM
Combined Synopsis/Solicitation
Location Unknown

66 -- Battery-Powered Portable 500 MHz Bandwidth Oscilloscope

Solicitation ID DG133W-06-RQ-0808
Posted Date 18 Aug 2006 at 4 AM
Archive Date 15 Oct 2006 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Department Of Commerce Noaa
Agency Department Of Commerce
Location United states
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation Number DG133W-06-RQ-0808 is issued as a Request for Quotation (RFQ). This solicitation document and the provisions and clauses which are incorporated as part of this solicitation are those in effect through Federal Acquisition Circular 2005-12. This procurement is a total small business set-aside. The NAICS code for this procurement is 334515 with a small business size standard of 500 employees. The line item being acquired is: Item 0001: Quantity 1 each, battery-powered portable 500MHz bandwidth Oscilloscope, LeCroy WS454 (with following LeCroy options: 1 each WS-BATT-SYS, 1 each WS-BATTERY, 1 each WS-DCADAP, 1 each WS-ADVTRIG, 1 each WS-MATHSURF, 1 each WS-GPIB, 1 each MS-32, 1 each WS-SOFT, and 1 each WS-HARD) – or equal. In order for equipment to be considered equal, it must be capable of operation and testing within the following accuracies, limits, and specifications: Bandwidth. The oscilloscope shall have a minimal bandwidth of ≥ 500 MHz at 50 ohms. Input Channels. The oscilloscope shall have a minimum of ≥ 4 input channels. Single-Shot Sample Rate. The oscilloscope shall have a minimal single-shot sample rate of ≥ 1 GS/s for all channels and ≥ 2 GS/s for interleaved mode. Capture Time. The oscilloscope shall have a minimum capture time of ≥ 1 ms. Display. The oscilloscope shall have a flat-panel LCD color display, with a minimum resolution of ≥ 800 by 600 SVGA and a minimal diagonal length of ≥ 10.4 inches. User Controls. The oscilloscope shall have touch screen controls, in addition to front panel controls. Standard Triggering. The oscilloscope shall have the common triggering of edge, width and logic. Advanced Triggering. The oscilloscope shall have the advanced triggering of slew rate and signal interval. Display Functions. The oscilloscope shall have the math functions of absolute value, averaging, and derivative. GPIB Interface. The oscilloscope shall have a GPIB IEEE-488.2 interface. Weight. The oscilloscope shall be portable and light weight, weighing ≤ 6.8 kg. Logic Analyzer Functionality. The oscilloscope shall have the ability to process at least 32 digital channels. Zooming. The oscilloscope shall have the capability to zoom in on a display section of interest. Power. The oscilloscope package shall include two rechargeable battery packs (each with a minimum ≤ 2 hour/charge rating), one wall standard AC adapter battery charger, and one wall standard AC to DC power supply. Cases. The oscilloscope package shall include a protective front cover, one soft case for carrying, and one hard case for shipping. The provision at FAR 52.212-1, Instructions to Offerors—Commercial, applies to this acquisition, and there are no addenda to this provision. The provision at FAR 52.212-2, Evaluation—Commercial Items, will not be used. Award will be made to the lowest-priced technically acceptable quotation. If a quotation is for other than the brand name product (with the brand name options) identified above, the Government will evaluate the product information provided as part of the quotation to ascertain whether what is being offered is an equal product meeting the salient characteristics set forth above. Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications, along with the offer. The clause at FAR 52.212-4, Contract Terms and Conditions—Commercial Items, applies to this acquisition, and there are no addenda to this clause. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items, applies to this acquisition, and the following additional FAR clauses cited in this clause also apply: FAR 52.222-3, FAR 52.219-6, FAR 52.222-21, FAR 52.222-26, FAR 52.222-36, FAR 52.225-1, FAR 52.225-13, and FAR 52.232-33. There are no additional contract requirements or terms and conditions applicable to this acquisition. The Defense Priorities and Allocations System (DPAS) does not apply. Numbered Note 1 applies to this acquisition. Quotations are due by close-of-business on August 28, 2006. Quotations should be faxed to Mary A. Watson at (301) 713-0806 or E-mailed to [email protected]. For further information regarding this solicitation, Ms. Watson may be contacted by telephone at (301) 713-0828 extension 146. If Ms. Watson is not available, please call Edward F. Tennant, Jr. at telephone (301) 713-0828 extension 117.
Bid Protests Not Available

Similar Past Bids

Gaithersburg Maryland 19 Aug 2021 at 12 AM
Mechanicsburg Pennsylvania 01 Sep 2020 at 2 PM
Bureau Illinois 26 Aug 2013 at 8 PM

Similar Opportunities

Oklahoma 01 Aug 2025 at 4 AM (estimated)
Oklahoma 01 Aug 2025 at 4 AM (estimated)
Junction city Oregon 10 Jul 2025 at 8 PM
Junction city Oregon 10 Jul 2025 at 8 PM