Federal Bid

Last Updated on 27 Nov 2010 at 10 AM
Combined Synopsis/Solicitation
West point New york

SIGNAL ANALYZER, TEST INSTRUMENT & GENERATOR

Solicitation ID HQ002802787000
Posted Date 13 Oct 2010 at 8 PM
Archive Date 27 Nov 2010 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Dma Riverside
Agency Department Of Defense
Location West point New york United states 10996
Combined Synopsis/Solicitation

SIGNAL ANALYZER, TEST INSTRUMENT and GENERATOR


This is a combined synopsis/solicitation for Unique to manufacture 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; a written solicitation will not be
issued. Solicitation/synopsis reference numbers HQ00280278-7000, HQ00280279-7038, and HQ00280279-7043 is being issued as a Request for Quotations (RFQ) and incorporates the following with the word "quoter" substituted for "offeror".

Provisions and clauses are those in effect through Federal Acquisition Circular 2005-4B effective 2 AUGUST 2010 and DFARS Change Notice 20100802.

(1) FAR 52.212-1 (Instructions to Offerors - Commercial Items) (JUN 2008) :
(a) Re para (a): NAICS 334220; this requirement is UNRESTRICTED , Size Standard 150 employees.
(b) Note that para (k) requires quoter to be registered with the Central Contractor Registration (CCR) database at time of contract award and throughout the performance period.

(2) FAR 52.212-2 (Evaluation - Commercial Items) (JAN 1999) with the following insertion in para (a) "lowest priced technically acceptable quote with acceptable past performance." Technical evaluation will be whether quoted items satisfy all required salient characteristics contained in CLIN 0001 thru CLIN 0003. Technical specifications for quoted items MUST accompany the offeror's proposal submission in order to be considered.

(3) QUOTATIONS MUST BE RECEIVED NOT LATER THAN 2:00 PM PACIFIC TIME 12 NOVEMBER 2010 IN ORDER TO BE CONSIDERED. Quote submissions may be E-mailed to [email protected] or sent via fax to (951) 413-2432. Due to technical issues, email and fax may not result in your proposal arriving before the cut-off time, please allow extra time if you're sending your quote via electronic means.

Quotations must include completed copy of provision at FAR 52.212-3 (Offeror Representations and Certifications - Commercial Items) (AUG 2009) with Alt 1 (APRIL 2002) or indication that reps and certs are located on the Online Representations and Certifications Application (ORCA) website.

CLIN 0001

Description: RF; TEST/ANALYZE TERRESTRIAL (OFF-AIR), SATELLITE, CABLE SIGNALS; FREQUENCY RANGE: 4-1010MHZ TV, 930-2150MHZ SATELLITE; MODULATIONS: QPSK, 8PSK, 8VSB, QAM; PROVIDES DECODED VIDEO AND PROGRAM STREAMS FOR ALL IN-THE-CLEAR CHANNELS; SAT FINDER QUICK SATELLITE DISCOVERY/DISH ALIGNMENT; PRE-PROGRAMMED SATELLITE/TRANSPONDER CHANNEL PLAN; DIGITAL AND ANALOG SIGNAL LEVELS/CHARACTERISTICS (MER, NOISE MARGIN, PRE/POST BER, AVERAGE PEAK LEVEL, EVM, C/N, CONSTELLATION); GRAPHIC DOT-MATRIX LCD, (64X128) 4-IN COLOR DISPLAY; USER UPGRADABLE FIRMWARE; USB 2.0 DATA CONNECTION; PWR RQMTS: 120VAC, 60HZ.

SIGNAL ANALYZ Part Number: SLM 1475 (qty 2 each)


CLIN 0002

Description: OSCILLOSCOPE, LOGIC ANALYZER, PROTOCOL ANALYZER; RACK MOUNTABLE(8-RU); 15-IN COLOR XGA DISPLAY; ANALOG BANDWIDTH: 600-MHZ(50-OHM); INPUT CHANNELS: 4-EA ANALOG, 16-EA DIGITAL; INPUT IMPEDANCE: 50-OHM, 1-MOHM(11PF TYPICAL); INPUT SENSITIVITY: 1-MV/DIV TO 1-V/DIV(50-OHM), 1-MV/DIV TO 5-V/DIV(1-MOHM); CHANNEL-TO-CHANNEL ISOLATION: 50-DB AT DC TO 50-MHZ, 40-DB AT 50-MHZ TO 1-GHZ, 25-DB AT 1-GHZ TO 4-GHZ; MAXIMUM INPUT VOLTAGE: +/- 40-V; MAXIMUM REAL TIME SAMPLE RATE: 2-GSA/S; MAXIMUM MEMORY DEPTH PER CHANNEL: 128/64-MPTS WITH 2-GSA/S; TYPICAL RISE TIME/FALL: 360-PS; PROTOCOL ANALYZER SUPPORTS: CAN, FLEXRAY, I2C, JTAG, LIN, MIPI D-PHY, PCLE, RS-232/UART, SATA, SPI, USB, 8B/10B; I/O PORTS: LAN SUPPORTS 10BASE-T, 100BASE-T, AND 1000BASE-T (RJ-45 CONNECTOR), RS-232 (SERIAL COMI), PRINTER AND POINTING DEVICE SUPPRT, PARALLEL CENTRONICS PRINTER PORT, 2 EA PS/2 (SUPPORTS PS/2 POINTING AND INPUT DEVICES) 3 EA USB 2.0 PORTS, DUAL-MONITOR VIDEO OUTPUT (15 PIN XGA), TIME BASE REFERENCE OUTPUT: 10- MHZ; PWR RQMNTS: 100-120VAC, 400HZ, 100-240VAC, 50/60HZ; C/W: MS09000A-800 HARD DRIVE OPTION.

TEST INSTRUME Part Number: MSO9064A W/OPTS (qty 1 each)


CLIN 0003

Description: SYNC SIGNAL; HALF RACK WIDTH; GENLOCK; TEST SIGNALS: ANALOG BLACK BURST/TEST SIGNAL, SD-SDI BLACK/TEST SIGNAL, AES/EBU DIGITAL AND ANALOG AUDIO SIGNAL; C/W: QUICK REFERENCE, CD-ROM, REPLY CARD, PACKING LIST, CERTIFICATE; DIM: 1.72-IN H X 8.1-IN W X 17.2-IN D; PWR RQMTS: 90-250VAC, 50/60 HZ.

GENERATOR Part Number: SPG300 (qty 1 each)

All items must be quoted FOB Destination.

It is the responsibility of all interested quoters to review this site frequently for any updates/amendments that may occur during the solicitation process. The response date cited above does not obligate the Government to award a contract nor does it obligate the Government to pay for any proposal preparation costs. The Government reserves the right to cancel this procurement/solicitation either before or after the solicitation closing date, with no obligation to the quoter by the Government.

All prospective contractors must be registered in the Central Contractor Registration (CCR) in order to be eligible for contract award. For registration, go to http://www.ccr.gov/ and follow the instructions.

The Government will issue an order to the responsible quoter, with acceptable past performance, submitting the lowest priced technically acceptable quotation. This order will include the following referenced clauses which may be accessed electronically at www.arnet.gov:

FAR 52.204-9 (Personal Identity Verification of Contractor Personnel) (SEP 2007)
FAR 52.212-4 (Contract Terms and Conditions-Commercial Items) (JUNE 2010)
FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items) (JULY 2010)
FAR 52.219-6 Notice of total Small Business Set Aside (june 2003)
FAR 52.219-8 (Utilization of Small Business Concerns) (MAY 2004)
FAR 52.232-33 (Payment by Electronic Funds-Central Contractor Registration) (OCT 2003)
DFARS 252.204-7004, Alt A (Required Central Contractor Registration (CCR) (SEP 2007)
DFARS 252.232-7003 (Electronic Submission of Payment Request) (MAR 2008)
DFARS 252.246-7000 (Material Inspection and Receiving Report) (MAR 2008)

Additional FAR and DFARS clauses required by the regulations will be included.
Local DMC clauses, 52.0100-4028 (Contract Contact Information) (DMC) (JUN 2005) and 52.0100-4094 (Marking Instructions for All Items to Include Drop Ship and Direct Shipment) (JUN 2006), will be included.

 

 


Prepared By:

 

Milagros Halstead
Purchasing Agent


Approved for posting:

Jessie Feliciano
Contracting Officer

 

 

 

Bid Protests Not Available

Similar Past Bids

Media Pennsylvania 24 Aug 2011 at 4 PM
Location Unknown 05 Aug 2010 at 10 PM
Media Pennsylvania 15 Dec 2009 at 11 PM
Location Unknown 21 Nov 2008 at 6 PM
Location Unknown 17 Sep 2008 at 9 PM

Similar Opportunities

Colorado 24 Jul 2025 at 4 AM (estimated)
Colorado 24 Jul 2025 at 4 AM (estimated)
Hill air force base Utah 10 Jul 2025 at 8 PM
San diego California 21 Jul 2025 at 8 PM
Location Unknown 30 Jul 2025 at 4 PM