Integrated Signal Generator
This is a 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 constitut... This is a 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; quotes 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 FA8751-19-Q-0411 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-05 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20190809. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This procurement is being issued as Total Small Business under NAICS code 334515 and small business size standard 750 employees. The contractor shall provide the following items on a BRAND NAME, firm fixed price basis, including the cost of shipping FOB Destination. For reference, required brand name is Rohde & Schwarz. Offers received for items that are not Rohde & Schwarz brand name will NOT be considered for award. Additionally, offers received from vendors who are not Rohde & Schwarz authorized resellers will NOT be considered for award. Full details regarding why only Rohde & Schwarz brand name items will be considered can be found in Solicitation Attachment No. 1 - Brand Name Justification. SGS100A SGMA RF Source a. SGS100A (4x) b. SGS-B1 (4x) c. SGS-B26 (4x) d. SGS-B106V (4x) e. SGS-B112V (4x) f. SGS-K22 (4x) g. SGS-K90 (4x) h. ACASGS100A (4x) i. ZZA-KN20 (4x) j. SGS-Z8 (4x) CLIN 0001 - SGS100A (Qty. of 4) 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. CLIN 0002 - SGS-B1 (Qty. of 4) A reference oscillator OCXO [Oven Controlled Crystal Oscillator]. Multiple units can be coupled through the LO reference ports. CLIN 0003 - SGS-B26 (Qty. of 4) 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 CLIN 0004 - SGS-B106V (Qty. of 4) 1 MHz to 6 GHz, I/Q with vector modulation package. [I/Q: In Phase/Quadrature]. CLIN 0005 - SGS-B112V (Qty. of 4) Frequency Extension to 12.75 GHz, CW, I/Q. CLIN 0006 - SGS-K22 (Qty. of 4) 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. CLIN 0007 - SGS-K90 (Qty. of 4) 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. CLIN 0008 - ACASGS100A (Qty. of 4) Accredited calibration certificate (ISO 17025: General Requirements for the Competence of Testing and Calibration Laboratories and ISO 9001: Certified Quality Management). CLIN 0009 - ZZA-KN20 (Qty. of 4) A 19 inch rack adapter for mounting two half 19" housings 1 TU high next to each other in a standard 19" rack. CLIN 0010 - SGS-Z8(Qty. of 4) An SGMA Adapter side-by-side to connect to SGMA units. Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. (Solicitations may specify minimum warranty terms, such as minimum duration, appropriate for the Government's intended use of the item.) Used, pre-owned, refurbished, or remanufactured goods will not be accepted. Items must be factory new. 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 date is 6 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 (AUG 2018) applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) Written quotes are due at or before 3:00 PM, (Eastern Time), Wednesday, 04 September 2019. Submit to: AFRL/RIKO, Attn: Jennifer Calandra-Willson 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-2555 or by email to jennifer.calandra-willson@us.af.mil Offerors are encouraged to submit their 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 interchanges 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 interchanges 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. (k) SAM. Offerors must be registered in the SAM database to receive a contract award. If the Offeror does not become registered in the SAM database within 4 days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. The provision at FAR 52.212-2, Evaluation -- Commercial Items applies. In addition to the information within Paragraph (a), the following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement; and (ii) price; All evaluation factors when combined, are approximately equal. 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, and the provision at DFARS 252.225-7000, Buy American - Balance of Payment Program Certificate. 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, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-6, Notice of Total Small Business Aside 52.219-13, Notice of Set-Aside of Orders 52.219-28, Post Award Small Business Program Re-representation 52.222-3, Convict Labor 52.222-19, Child Labor-Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity for Veterans 52.222-36, Equal Opportunity for Workers With Disabilities. 52.222-37, Employment Reports on Veterans 52.222-50, Combating Trafficking in Persons 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment By Electronic Funds Transfer-System For Award Management The following additional FAR and FAR Supplement provisions and clauses also apply: (reference FAR 12.301) 52.204-16, Commercial and Government Entity Code Reporting 52.204-18, Commercial and Government Entity Code Maintenance 52.204-19, Incorporation by Reference of Representations and Certifications 52.204-21, Basic Safeguarding of Covered Contractor Information Systems 52.204-22, Alternative Line Item Proposal 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.247-34, FOB Destination 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights. 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.204-7003 Control of Government Personnel Work Product 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism. 252.211-7003, Item Identification and Valuation 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 Use of Supplier Performance Risk System in Past Performance Evaluations 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors. 252.223-7008, Prohibition of Hexavalent Chromium 252.225-7000, Buy American - Balance of Payment Program Certificate 252.225-7001, Buy American and Balance of Payments Program 252.225-7048 Export-Controlled Items 252.227-7015, Technical Data--Commercial Items 252.227-7037, Validation of Restrictive Markings on Technical Data 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7006, Wide Area Workflow Payment Instructions 252.232-7010, Levies on Contract Payments 252.243-7001 Pricing of Contract Modifications 252.244-7000, Subcontracts for Commercial Items 252.246-7008, Source of Electronic Parts 252.247-7023, Transportation of Supplies by Sea - Basic 5352.201-9101, Ombudsman is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Steven Ewers, HQ AFRL/PK, 1864 4th Street, Wright-Patterson AFB OH 45433-7130, COMM: (937) 255-5235; 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 quote 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: For proposed Line Item Numbers with a unit price ? $5,000, Vendors will be expected to supply Unique Item Identifier (UII/ UID) labels. 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 DO-C9 has been assigned to this effort. All responsible organizations may submit a quote, which shall be considered
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »