*** The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with size standard of 500
The required Contract Line items: MITEQ or Equal
1) Model No.: PLD-1C-010-0251-4-15P-OP30 Description: OSCILLATOR
OUTPUT FREQUENCY 2 5 1 MHz
OUTPUT POWER +30 dBm Minimum
INPUT REFERNCE FREQUENCY 1 0 M H z
INPUT REFERNCE POWER 0 + / - 3dBM
HARMONICS -20 dBc
SPURIOUS -70 dBc
PHASE LOCK ALARM TTL high in lock
low out of lock
DC SUPPLY + 15vdc @ 1 Amp Typical
Unit consists of a PLD-1C and a AUP-1374
on a plate
2) DM0520LW1
Double Balanced Mixer (90 days)
3) AMF-5D-00101200-24-10P
Amplifier Frequency 0.1-12 GHz Gain 36 dB
4) Model No.: DLCRO-010-09000-4-15P-OP17 Description: OSCILLATOR
OUTPUT FREQUENCY 9 0 00 MHz
OUTPUT POWER +17 dBm Minimum
INPUT REFERENCE FREQ 1 0 MHz
HARMONICS -50 dBc maximum
SPURIOUS -70dBc maximum
PHASE LOCK ALARM TTL high in lock
low out of lock
PHASE NOISE AT 10KHz - 1 15 dBc/ Hz
DC SUPPLY + 15Vdc @ 600 mA max
Note: Unit consists of a DLCRO, Amplifier and Filter on a 3X3 plate.
5)AMF-5F-08001800-38-18P
Amplifier 8-18 GHz (45 days)
**Award shall be made to the offeror whoses quote is Lowest price technically acceptable.
*** The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html. ***
*** The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offerors Representations and Certifications- Commercial Items.***
*** Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required.***
***The following clauses apply to this acquisition:
52.212-4 Contract Terms and Conditions/Commercial Items;
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders/Commercial Items including subparagraphs:
(15) 52.222-3, Convict Labor;
(16) 52.222-19 Child Labor Cooperation With Authorities And Remedies;
(17) 52.222-21, Prohibition of Segregated Facilities;
(18) 52-222-26, Equal Opportunity;
(20) 52.222-36, Affirmative Action for Workers with Disabilities;
(27) 52.225-13 Restriction on Certain Foreign Purchases;
(32) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration.
Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm. ***
Quote submission instructions:
***All offerors shall submit the following: 1) An original and one (1) copy of a quotation which details how the offeror would satisfy SOW requirements; 2) Past performance references for similar contracts which must include the company/organizations name, contact person, phone number, and e-mail address; 3) indication of solicitation number; 4) a completed copy of the representations and certification at FAR 52.212-3 (see 52.212-3(1) for those representations and certifications that the offeror shall complete electronically; 5) (see 52.212-1(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, and 6) firm-fixed price for the SOW requirements (including travel cost, if any).
***All quotes shall be received not later than 3:00 PM local time, on September 7, 2011 at the National Institute of Standards & Technology, Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, MD 20899-1640, Attn: Janice Moten . Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Officer, [email protected]. Because of heightened security, FED-EX, UPS, or similar delivery methods are the preferred method of delivery of quotes. If quotes are hand delivered, delivery shall be made on the actual due date through Gate A, and a 24-hour (excluding weekends and holidays) prior notice shall be made to the Contracts Office at 301-975-6307. NIST is not responsible for late delivery due to the added security measures. In addition, offerors/quoters who do not provide 24-hour notification in order to coordinate entrance to the NIST campus shall assume the risk of not being able to deliver offers/quotes on time. The Government is not responsible for the amount of time required to clear unannounced visitors, visitors without proper identification and without complete information that would allow delivery (i.e. point of contact, telephone POC, bldg., room number, etc.). If 24-hour notification was not provided, it is suggested your company representative or your courier service arrive at NIST at least 90 minutes prior to the closing time in order to process entry to the campus through the visitor center and complete delivery. Notice shall include the company name, name of the individual making the delivery, and the country of citizenship of the individual. For non-US citizens, the following additional information will be required: title, employer/sponsor, and address. Please ensure that the individual making the delivery brings photo identification, or they will be denied access to the facility. E-mailed quotes are acceptable. Faxed quotes will be accepted. ***