Washington, DC Bids > Bid Detail

Purchase of one Frequency Converter and one compact RF tuner with Cable Assembly.

Agency:
Level of Government: Federal
Category:
  • 58 - Communications, Detection and Coherent Radiation Equipment
Opps ID: NBD00159431033940326
Posted Date: Feb 8, 2024
Due Date: Feb 28, 2024
Source: https://sam.gov/opp/683da1d453...
Follow
Purchase of one Frequency Converter and one compact RF tuner with Cable Assembly.
Active
Contract Opportunity
Notice ID
N00173-24-Q-TG01
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
ONR
Sub Command
ONR NRL
Office
NAVAL RESEARCH LABORATORY
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 08, 2024 11:01 am EST
  • Original Date Offers Due: Feb 28, 2024 03:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Mar 14, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 5895 - MISCELLANEOUS COMMUNICATION EQUIPMENT
  • NAICS Code:
    • 334220 - Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
  • Place of Performance:
    Washington , DC 20375
    USA
Description

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 13.5, 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. Solicitation documents and incorporated provisions are those in effect through Federal Acquisition Circular 2021-06 and NMCARS 18-18.



General Information



Solicitation Type



Request for Quote, FAR Subpart 13.5



Solicitation Number



N00173-24-Q-TG01



Posted Date



February 8, 2024



Response Date / Time



February 28, 2024, 3PM EST



NAICS Code



334220



Size Standard



$16.5M



Product or Service Code



5895



Set-Aside



N/A



Contract Type



Firm-fixed-price (FFP)



Point(s) of Contact



Torrean Green, Contract Specialist



Torrean.green@nrl.navy.mil





All changes to this solicitation that occur prior to the closing date will be issued via amendment posted to the announcement on Contract Opportunities (beta.sam.gov). It is the responsibility of interested vendors to monitor the announcement for amendments that may be issued to this solicitation. For changes made after the closing date, only those entities that provide a quote will be provided any changes/amendments and considered for future discussions and/or award.





Questions must be submitted to the Point(s) of Contact listed above no later than five (5) days after the Posted Date.





Requirement Information



The Naval Research Laboratory (NRL) in Washington, DC has a requirement for the procurement of one Frequency Converter and one compact RF tuner with one Cable Assembly.





The anticipated line item structure is shown in attached Combined Synopsis Solicitation.





The Offeror shall provide products that meet or exceeds the below specification requirements. Quotes shall be detailed enough to allow for a technical evaluation to validate that ALL the below requirements have been met by the proposed product(s). A quote not sufficiently addressing each required technical element below may be rejected as non-compliant.





Frequency Converter:



• EIA 19” 1RU chassis, 24” deep max



• 0-50 deg C ambient operating temperature and up to 95% non-condensing humidity



• Ethernet remote access



• SCPI-type command and browser-based GUI remote control



• Input frequency range of 100 – 8000 MHz



• Output frequency range of 100 – 8000 MHz



• Output bandwidth selections of 0.1, 0.2, 0.5, 1, 2, 5, 10, 20, 50, 100, 200, 500, 1000 MHz



• Non-inverting frequency sense



• IF output tuning resolution of 10 kHz



• Output Power of +10 dBm, min @ P1 dB, at max gain



• Gain adjustment range of 20 dB min, in 1 dB steps



• Spurious (at rated output level) of

• Image rejection of 60 dB, min



• Noise Figure, at max gain setting of 12 dB typical, 20 dB max



• Harmonics, at +10 dBm Pout of -20 dBc, typical



• Controllable via 3dB Labs SCEPTRE software



• Input for external 10 MHz reference, auto select lock to external if present



• Internal reference local oscillator with



RF tuner:



• Size of 7” x 10” x 1.5”



• -30 - +55 deg C ambient operating temperature and up to 95% non-condensing humidity



• Power requirement of +15 VDC, 2A typical, DC cable assembly with 2-pin LEMO connector for TAC Products



• Ethernet remote access



• SCPI-type command and browser-based GUI remote control



• Search types of SCPI-based, HW triggered step/scan, SW triggered step/scan, HW triggered list, SW triggered list with list size of up to 1000 entries and a tuning speed (settling time) of 50 microseconds



• Dual channel input, dual channel output, phase locked, coherent channels



• Input frequency range of 500 – 26,500 MHz



• Output frequency range of 500 – 4500 MHz



• Output bandwidth selections of 200, 500, 1000, 2000 MHz



• Non-inverting frequency sense for input of up to 18 GHz, inverted > 18 GHz



• Frequency tuning resolution of 10 kHz



• AGC capable



• Max Input Power of +20 dBm



• Output Power of +10 dBm, min @ P1 dB, at max gain



• Output IP3 of + 20dBm, typical



• Power adjustment range of -20 to 0 dBm in 0.5 dB steps in AGC mode



• Gain adjustment range of 10 to 50 dB, in 1 dB steps



• Spurious (at 0 dBm output level) of

• Image rejection of 60 dB, min



• Noise Figure, at max gain setting of 12 dB typical, 20 dB max



• Harmonics, at +10 dBm Pout of -20 dBc, typical



• Phase noise, measured at 10 GHz RF input frequency of

• Controllable via 3dB Labs SCEPTRE software



• Input for 10 MHz external reference, auto select lock to external if present



• Internal reference local oscillator with +/-1 ppm/year aging, +/- 0.2 ppm stability, +/- 1 ppm lock-in range of external reference





Delivery and Other Requirement Information



Required Delivery Date



90 days after award



Delivery Location



Receiving Officer



ATTN: Cedric Welch



Contract Number: TBD





NRL Pomonkey Facility



7425 Bumpy Oak Road



LaPlata MD 20646



Inspection / Acceptance





Destination - All items delivered under this action will be inspected/accepted by the Government within sixty (60) days of delivery.



FOB Point



Destination



DPAS



DO-C9





Quotation Submission Information



(a) Submission: Quotations shall be submitted electronically via email to the Point(s) of Contact by the Response Date/Time identified in the General Information Section above. A confirmation of receipt will be provided, but it is the sole responsibility of the offeror to ensure that its response is received in its entirety and in a timely manner.





(b) Quote Requirements: Offerors shall provide a quote with their proposed products and pricing, along with product literature for the items being quoted so that compliance with the specifications can be evaluated. The quote shall also include:






  1. Description of standard commercial warranty and any extended warranty (if not described in the Offerors standard terms and conditions).

  2. If shipping is not priced as a separate line item, a statement that shipping is included in the overall price of the items.













(c) Company Information: The Offeror shall ensure the following information is submitted:






  • Company Name

  • Address

  • CAGE / DUNS Number

  • Web Page URL

  • Company point of contract, phone # and email





(e) System for Award Management (SAM): Offerors must be registered in SAM (www.sam.gov) in order be considered for award. Offerors shall complete all fill-in provisions, including FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, included in full-text below. This provision requires the completion of reps and certs in SAM with the completion of paragraph (b) of the provision. If the Offeror has not completed the annual representations and certifications electronically in SAM, the Offeror shall complete only paragraphs (c) through (v) of this provision.



Evaluation and Basis for Award



(a) Award will result from the technically acceptable quote with the lowest evaluated price (Lowest Price Technically Acceptable (LPTA)). A Offeror must receive a rating of Low Risk or Neutral for past performance in order to be considered for award.





The Government reserves the right to award with limited exchanges to clarify certain aspects of quotes; however, the Government anticipates making award without discussions. The following factors shall be used to evaluate quotes:






  1. Technical Acceptability:




  • Acceptable: Quote meets the minimum requirements of the solicitation

  • Not Acceptable: Quote does not meet the minimum requirements of the solicitation






  1. Supplier’s Past Performance






  • IAW DFARS 252.213-7000, the contracting officer shall consider data available in the statistical reporting module of the Supplier Performance Risk System (SPRS) regarding the supplier’s past performance history for the PSC and/or NAICS of the supplies being purchased.

  • Ratings:

    • Low Risk: SPRS Supplier Risk Score of Blue, Purple, or Green, indicating a higher score in SPRS and are therefore, considered to have a lower risk of poor contract performance

    • High Risk: SPRS Supplier Risk Score of Yellow or Red, indicating a lower score in SPRS and are therefore, considered to have a higher risk of poor contract performance

    • Neutral: In the case of a supplier without a record of relevant past performance history in SPRS for the NAICS or PSC of the supplies being purchased, the supplier may not be evaluated favorably or unfavorably for its past performance history.








  1. Price Reasonableness





The Government anticipates making a determination of fair and reasonable price based on competitive quotes. If only one response is received, the Government may use other methods as described at 13.106-3(a)(2).





Applicable Provisions / Clauses



All clauses and provisions can be found on the following websites:






  • Federal Acquisition Regulation (FAR) – https://www.acquisition.gov/browse/index/far

  • Defense Federal Acquisition Regulation Supplement (DFARS) – https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html

    • https://www.acq.osd.mil/dpap/dars/class_deviations.html



  • Navy Marine Corps Acquisition Regulation Supplement (NMCARS) - https://www.secnav.navy.mil/rda/DASN-P/Pages/NMCARS.aspx



Clauses incorporated into the resultant award listed in Attached Combined Synoposis Solicitation.


Attachments/Links
Contact Information
Contracting Office Address
  • 4555 OVERLOOK AVE SW
  • WASHINGTON , DC 20375-5328
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Feb 08, 2024 11:01 am ESTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >