Federal Bid

Last Updated on 25 Jan 2013 at 10 AM
Combined Synopsis/Solicitation
Kirtland air force base New mexico

Pattern Generator

Solicitation ID F2KBAD2319A001
Posted Date 11 Dec 2012 at 10 PM
Archive Date 25 Jan 2013 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Fa9401 377 Msg Pk
Agency Department Of Defense
Location Kirtland air force base New mexico United states
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; proposals are being requested and a written solicitation will not be issued. This requirement is set aside 100% for Small businesses only. The NAICS Code for this synopsis/solicitation is NAICS, 334515, Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals, Size Standard 500 employees.
Solicitation/Purchase Request Number F2KBAD2319A001 is issued as a Request for Quote (RFQ). This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-62, Effective 20 Nov 2012
The Government intends to award one contract with one Contract Line Items (CLINs) for the 16Gb/s Pattern Generator requirement identified below:

CLIN 0001: 16 Gb/s Pattern Generator, 1 Channel Model#12055-1 or equivalent
Amplitude
Single ended
250 mV to 2.0 V
differential
500 mV to 4.0 V
Amplitude resolution: 1mV
Offset window -2 V to +3 V Programmable/adjustable
Termination voltage -2 V to +3.3 V Programmable/adjustable
Crossing point adjust range 35% to 65% typ. Programmable/adjustable
Risetime
20% to 80% : 17ps
Data output jitter 1 ps RMS typ. Measured with 27-1 PRBS.
Data phase delay adjustment
Phase shift range: 100 ps (±50 ps)
Pattern output bit shift range ± (2E30 - 1) Shifts the data pattern. Independent per
channel.
Bit shift range:
Output impedance 50 Ω single ended 100 Ω differential
Trigger Swings from
-500 mV to 0 V
DC coupled. May be programmed as pattern trigger or clock/n
Clock Synthesizer : built in
Data rate range: 30MB/s to 16GB/s adjustable
10 MHz reference input/output Yes
Data rate resolution 10 kb/s Accuracy ±5ppm.
Built-in PRBS patterns 2n-1
n = 7, 9, 11, 15, 23, 31 Independently selected on 2 channel units.
User defined pattern depth
4 Mbit
Resolution 1 bit
Programmable error insertion
Single bit errors
Programmable rate errors
Yes
10-3 to 10-15 BER

DESIRED DELIVERY DATE: 30 days ARO
FOB: Destination INSPECTION AND ACCEPTANCE: Destination
FAR 52.212-2, Evaluation -- Commercial Items In accordance with the FAR 13.106-1(a)(2) offerors are notified that award will be made based on lowest priced technically acceptable (LPTA).

All payments are to be paid via the Internet through the Wide Area Work Flow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF training may be accessed online at http://www.wawftraining.com. Payment information may be accessed using the DFAS website at https:www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment. Partial Payments are not authorized. Invoicing through WAWF shall occur after all items have been received by the organization.

Quotes may be E-mailed (preferred) to [email protected] or mailed to AFNWC/PZIA, ATTN: Jarrett Sainz, 8500 Gibson Blvd SE, Bldg 20202, Room 137, Kirtland AFB, NM 87117, or faxed to (505) 846-8925 ATTN: Jarrett Sainz. Quotes are due no later than 4:00pm MST, 18 December 2012.
ADDITIONAL INFORMATION: Be advised that all interested parties must be registered in the System for Acquisition Management (SAM) Database in order to receive an award. If you are not registered you may request an application through the SAM website at http://www.sam.gov.
The following provisions and clauses apply to this procurement:
FAR 52.211-6, Brand Name or Equal; FAR 52.212-1, Instructions to Offerors -- Commercial Items. Offeror will be evaluated in accordance with FAR 13.106-2, Evaluation of Quotations or Offers; FAR 52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items; FAR 52.233-1 Disputes; FAR 52.233-2 Service of Protest; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.249-1 Termination by Convenience by the Government. An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via https://www.sam.gov/portal/public/SAM. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management website, the offeror shall complete only paragraphs (c) through (o) of this provision; 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 [in paragraphs (b) and (c) the following clauses apply: 52.204-10, 52.219-6, 52.219-28, 52.222-3; 52.222-19; 52.222-21, 52.222-26, 52.222-36, 52.223-18,52.225-13, 52.232-33;
FAR 52.219-1 Alt I, Small Business Program Representations; FAR 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran - Certification;
FAR 52.232-99, Providing Accelerated Payment to Small Business Subcontractors (DEVIATION); FAR 52.252-1, Solicitation provisions incorporated by reference This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address http://farsite.hill.af.mil/
FAR 52.252-2, Clauses Incorporated by Reference This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address http://farsite.hill.af.mil/; FAR 52.252-6 -- Authorized Deviations in Clauses
DFAR 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; DAFR 252.203-7005 Representation Relating to Compensation of Former DoD Officials; DFAR 252.204-7003, Control of Government Personnel Work Product; DFARS 252.211-7003, Item Identification and Valuation; DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items [in paragraph(s) (a) and (b) the following clause(s) apply: 252.203-7000, 252.225-7036 Alt I, 252.232-7003, and 252.247-7023 Alt III].
DFAR 252.223-7008 Prohibition of Hexavalent Chromium; DFAR 252.225-7002, Qualifying Country Sources as Subcontractors; DFAR 252.232-7010, Levies on Contract Payments; DFAR 252.243-7001, Pricing of Contract Modifications; DFAR 252.247-7022 Representation of Extent of Transportation by Sea
AFFARS 5352.223-9001 Ombudsman: (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern.
(b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions).
(c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM or AFISRA ombudsmen,
AFNWC Ombudsmen:
Primary: Ms Jeannine Kinder AFNWC/PZ E-Mail: [email protected]
Phone: (505) 846-1924
Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067.
(d) The ombudsman has no authority to render a decision that binds the agency.
(e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer.

Bid Protests Not Available

Similar Past Bids

Location Unknown 28 Aug 2012 at 11 AM
Means Kentucky 12 Apr 2021 at 4 AM
Wright patterson air force base Ohio 21 Sep 2009 at 5 PM
Vicksburg Mississippi 22 Feb 2019 at 9 PM
Newport Rhode island 13 Jun 2018 at 7 PM

Similar Opportunities