DESCRIPTION: THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVLAUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED AND A SEPARATE WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THE SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC-89) 1352.215-72 INQUIRIES (APR 2010) Offerors must submit all questions concerning this solicitation in writing to the contracting officer within three (3) days of the posting. All responses to the questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract. (end of provision) The associated North American Industrial Classification System (NAICS) code for this procurement is 334515, Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals, with a small business size standard of 750 employees. This requirement is being competed as full and open procurement. Any vendor, regardless of size, may submit a quote. The National Institute of Standards and Technology (NIST) has a requirement for the purchase of a Portable Satellite System. Attached are the Specifications for solicitation NB671000-19-01933. Please submit a quote for the required Radio Frequency Wideband Recorder and Analysis System that meet the requirements. This RFQ is conducted under the authority of FAR 13 Simplified Acquisitions with NAICS code 334515, Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals, with a small business size standard of 750 employees. All communications and documents must include the solicitation # NB671000-19-01933. Please email your quote to me at
[email protected] no later than June 27, 2019, 10:00 AM Mountain. Please direct any questions regarding this solicitation to Aron Krischel, Contracting Officer, at
[email protected] no later than June 24, 2019. Your quote must meet all requirements of FAR 52.212-1, as well as include the following information: Â Information sufficient to demonstrate you can meet or exceed the requirements in the Specifications. Â Firm fixed price quote for Radio Frequency Wideband Recorder and Analysis System. Â Payment Terms: Net 30. Â The requested delivery is within 90 days after receipt of the order (ARO). FOB Destination for delivery to NIST, 325 Broadway, Boulder, CO 80305. Delivery point of contact will be provided upon award. Â Company DUNS No. To be eligible for this award, the quoter must be registered with the System for Award Management at www.sam.gov., and have completed the Representations and Certifications therein for the specified NAICS code, or submit separate Representations and Certifications if the specified NAICS code is not listed in their SAM registration. The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Quoter shall clearly demonstrate their ability to meet the technical requirements and deliverable schedule as outlined in this solicitation. Quote shall include shipping costs. NIST reserves the right to ship under NIST provided account. BASIS OF AWARD: Award shall be made to the Lowest Price Technically Acceptable (LPTA) quote, based upon the technical specifications as detailed within the attached Specifications. This will be a firm fixed price purchase order. The Government intends to evaluate quotations and issue a purchase order based on the initial quotations received. Therefore, the quoter's initial quotation should contain the quoter's best terms from a price and technical standpoint. The Government reserves the right to request revised quotations from, or negotiate final purchase order terms with, one or more, but not all, quoters if later determined by the Contracting Officer to be necessary. However, the Contracting Officer will not establish a competitive range, conduct discussions, or otherwise use the procedures described at FAR 15.306. The Government may reject any or all quotations if such action is in the public interest; and issue a purchase order to other than the quoter with the lowest priced quotation. TECHNICAL CAPABILITY: Evaluation of Technical Capability will be based on the information provided in the quotation. Documentation submitted in the quotation shall be evaluated to determine that the proposed equipment meets or exceeds the Governments minimum required specifications. Failure to clearly and unambiguously demonstrate this will result in an "unacceptable" technical rating. PRICE: Price shall be evaluated for reasonableness. FAR 52.212-2, Evaluation - Commercial Items, applies to this acquisition. The Government will award a fixed price contract to the Lowest Price Technically Acceptable (LPTA) quote, based upon the technical specifications as detailed within the attached statement of work. FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items. The quoter must have completed the Online Representations and Certifications Application (ORCA), which must be uploaded to the System for Award Management (SAM) at www.sam.gov. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders -- Commercial Items applies to this acquisition. Additional FAR 52.212-5 clauses cited in the clause applicable to this acquisition are: 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 52.222-36, Equal Opportunity for Workers with Disabilities 52.222-50, Combating Trafficking in Persons 52.223-18, Contractor Policy to Ban Text Messaging While Driving 52.225-1, Buy American Act-Supplies 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer 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 quoter is cautioned that the listed provisions may include blocks that must be completed by the quoter and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the quoter 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/these address(es): at http://acquisition.gov/comp/far/index.html and http://www.osec.doc.gov/oam/acquistion_management/policy/default.htm FAR 52.225-18 - Place of Manufacture. FAR 52.232-15, Progress Payments Not Included CAR 1352.213-70, Evaluation Using Simplified Acquisition Procedures CAR 1352.215-70, Proposal Preparation CAR 1352.233-70, Agency Protests CAR 1352.233-71, GAO and Court of Federal Claims Protests 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(es): http://acquisition.gov/comp/far/index.html and http://www.osec.doc.gov/oam/acquistion_management/policy/default.htm FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors. FAR 52.247-34, FOB Destination CAR 1352.201-70, Contracting Officer's Authority CAR 1352.209-73, Compliance with the Laws CAR 1352.209-74, Organizational Conflict of Interest CAR 1352.246-70, Place of Acceptance (APR 2010) (a) The Contracting Officer or the duly authorized representative will accept supplies and services to be provided under this contract. (b) The place of acceptance will be: NIST Shipping and Receiving 325 Broadway Boulder, CO 80305 NIST LOCAL-04 BILLING INSTRUCTIONS (a) NIST prefers electronic Invoice/Voucher submissions and they should be emailed to
[email protected]. (b) Each Invoice or Voucher submitted shall include the following: (1) Contract Number. (2) Contractor Name and Address. (3) Date of Invoice. (4) Invoice Number. (5) Amount of Invoice and Cumulative Amount Invoiced to-date. (6) Contract Line Item Number (CLIN). (7) Description, Quantity, Unit of Measure, Unit Price, and Extended Price of Supplies/Services Delivered. (8) Prompt Payment Discount Terms, if Offered. (9) Any other information or documentation required by the contract. (c) In the event electronic submissions are not used, The Contractor shall submit an original invoice or voucher in accordance with the payment provisions of this contract to: NIST Accounts Payable Office 100 Bureau Drive, Mail Stop 1621 Gaithersburg, MD 20899-1621 NIST LOCAL - 39, NIST LOCAL-39 MARKING/PACKING INSTRUCTIONS (1) If the total contract/order includes multiple quantities of the same or like item(s), segregated as separate CLIN/Item numbers, deliverables shall be packed accordingly. Each individual Package / container in the shipment shall include deliverables on a per-CLIN or Item basis. (2) For each shipment made under this contract/order, the Contractor shall furnish itemized packing list(s), enumerating the specific contents of each shipping container and what specific individual Components constitute a full and complete "unit" for each bid item. The packing list shall include the brief description of each item found in the Schedule. If more than one container is Required for each unit, each container should be marked accordingly, e.g., "Box 1 of 2," "Box 2 of 2," and the boxes, where feasible, should be taped or shrink-wrapped together as an Issuable unit. (2) The contract number AND CONTRACT LINE ITEM NUMBER (CLIN) OR ORDER ITEM NUMBER shall be placed on the exterior of all containers. NIST LOCAL-53 Contract Performance During Changes in NIST Operating Status Unless otherwise stated in the contract terms and conditions, normal days of business operation are Monday through Friday, excluding Federal Holidays. However, throughout the contract period of performance, there may be circumstances beyond the control of the U.S. Department of Commerce, National Institute of Standards and Technology (NIST), that will impact normal days of business operation, such as inclement weather, power outages, etc. In circumstances such as these, the Contractor must call the appropriate NIST campus status line to verify the operating status: Gaithersburg Campus Operating Status Line: (301) 975-8000 (800) 437-4385 x8000 (toll free) Boulder Campus Operating Status Line: (303) 497-4000 During a lapse in appropriation, access to Government facilities and resources, including equipment and systems, will be limited to excepted personnel for both Federal employees and Contractor personnel. If performance of the contract is onsite and/or requires Government interaction, unless you have been, or are notified that you are to work under an excepted status, you will automatically enter a temporary work stoppage. The work stoppage shall remain in effect until the lapse is resolved and notification is provided via the NIST website at https://www.nist.gov/ and/or the NIST operating status lines. Additionally, Contractors are encouraged to monitor public broadcasts or the Office of Personnel Management's website at www.opm.gov for the Federal Government operating status. NIST will provide notification to all contractors that are determined to have excepted status. All excepted contractors are required to continue performance and communicate with the appointed Contracting Officer's Representative (COR) for further guidance, or NIST Contracting Officer if a COR is not appointed. Contractors with supply or service contracts that are fully funded at the time of contract award and do not require access to Government facilities, resources, or active administration by Government personnel in a manner that would cause the government to incur additional obligations during the lapse in appropriation may continue performance. If you have any questions, please do not hesitate to contact me at
[email protected]. Aron Krischel Contracting Officer for National Institute of Technology 325 Broadway Boulder, CO 80305 Requirements  TITLE:  Radio Frequency Wideband Recorder and Analysis System LAB REQUESTING SERVICE:  Communications Technology Laboratory (CTL), Public Safety Communications Research (PSCR) Division I.                  BACKGROUND INFORMATION PSCR laboratories provide research, development, testing, and evaluation to foster nationwide communications interoperability. To conduct sponsored test and measurement tasks in public safety communications, PSCR requires a radio frequency wideband recorder and analysis system. This acquisition will allow PSCR to record and analyze over time both narrowband and wideband signals in the radio frequency (RF) environment. II.               SPECIFICATIONS The Contractor shall provide a radio frequency wideband recorder and analysis system that conforms to the following specifications: A.   Components a.      Laptop Computer (Controller and Storage) b.     RF Receiver/Digitizer c.      Carrying Case B.    Physical a.      Dimensions and Weight                                i.     Entire system in case: Smaller than 24 x 18 x 12                              ii.     Total combined system and case weight: Less Than 50 pounds b.     Watertight Case c.      Power                                i.     Consumption: Less Than 350 Watts                              ii.     Voltage/Frequency: 100 Volts  250 Volts @ 50/60 Hz d.     Weight (Including Case) C.    Radio Receiver Properties a.      Tuning Range: Greater Than or Equal to 100 MHz to 3 GHz b.     Spur Free Dynamic Range: Greater than or Equal to 70 dB, Typical c.      Phase Noise: Less Than or Equal to -90 dBc at 1 kHz d.     Third Order Intercept Point: Greater Than or Equal to +5 dBm, Typical e.      Sensitivity: Less Than or Equal to -120 dBm @ 25 kHz Bandwidth f.       Noise Figure: Less Than or Equal to 12 dB, Typical D.   Digitizer (Analog to Digital Converter) Properties a.      Number of Bits: 16 or Greater b.     Sample Rate: At least 22.25 Megasamples/second c.      Bandwidth: At Least 20 MHz E.    System Timing and Tracking a.      GPS-based time and frequency unit F.     Recording a.      Data Type: Time Domain b.     Bandwidth: At Least 20 MHz c.      Recording Time: At Least 16 Hours d.     Recording Type: Constant, Rolling Buffer G.   Software, Processing, and Analysis Capabilities a.      Health Monitoring Display                                i.     Shows Status of Radio/Digitizer System b.     Primary Spectrogram Display                                i.     Fast Fourier Transforms (FFTs) 1.     Re-Calculated/Displayed for Pan/Zoom Changes 2.     Minimum Number of Points: 128,000 3.     Calculations Per Second: At Least 200 4.     FFT Save/Display Rate Per Second: At Least 20 5.     Window Type: User Selectable, Includes Chebyshev and Hamming                              ii.     Maximum Frequency Span: At Least Equal to Sampling Bandwidth                            iii.     Maximum Time Span: Entire Recording Buffer Time                            iv.     Minimum Frequency Span: 100 kHz                              v.     Minimum Time Span: 20 seconds                            vi.     Time Axis Displayed                          vii.     Frequency Axis Displayed                        viii.     Constant Zoom Display, Coupled to Mouse Pointer 1.     Line markers for time and frequency run through entire display and intersect axes                            ix.     Mouse and Keyboard Based Zoom and Pan                              x.     Display Color Options 1.     White Hot 2.     Dark Hot 3.     Color                            xi.     Display Update 1.     User Controllable 2.     Updates with New Data or Hold c.      Spectrogram Display Popup Operations                                i.     User Draws Box Around Signal of Interest (SOI) to Invoke 1.     Drawing of box creates sub-band tuned/filtered signal file a.      Start time and end time of drawn box determines start time and duration b.     Low and high frequency selection of box determines center frequency and bandwidth                              ii.     Pop-Up Menu Features/Capabilities 1.     Ability to Play Selected Region Audibly with Detection a.      Continuous Wave b.     Frequency Modulated Detection c.      Amplitude Modulated Detection Double Side Band Detection d.     Amplitude Modulation Upper Side Band Detection e.      Amplitude Modulation Lower Side Band Detection 2.     Squelch Function 3.     Automatic Gain Control Function 4.     Filtering Function 5.     Capability to Switch to Analysis Mode Directly from Spectrogram Display                            iii.     Box Display Outline Remains on Primary Spectrogram View Until Buffer Age Out d.     Analysis Mode                                i.     Displays Spectrogram, Real Waveform, I Waveform, Q Waveform, Power, or Phase of Selected Signal (Box Drawn)                              ii.     Mouse and Keyboard Based Zoom and Pan                            iii.     Mouse-Placed Markers 1.     Absolute and Differential Markers                            iv.     Fast Fourier Transform (FFT) Controls 1.     Number of Points 2.     Window Size 3.     Window Type 4.     Graphical FFT Intensity Control a.      Power Spectral Density Display                              v.     Squelch Capability                            vi.     Automatic Gain Control Capability                          vii.     Ability to Play Signal Audibly with Detection 1.     Continuous Wave 2.     Frequency Modulated Detection 3.     Amplitude Modulated Detection Double Side Band Detection 4.     Amplitude Modulation Upper Side Band Detection 5.     Amplitude Modulation Lower Side Band Detection                        viii.     File Save from Analysis Window 1.     File Type Options a.      Midas Blue Files                                                              i.     Real and Complex                                                            ii.     8-bit 1.     Offset 2.     TwoÂs Complement                                                          iii.     16-bit 1.     Offset 2.     TwoÂs Complement                                                          iv.     32-bit 1.     Offset 2.     TwoÂs Complement 3.     Float                                                            v.     64-bit 1.     Float b.     Wave Files                                                              i.      Real and Complex III.            PLACE OF PERFORMANCE All equipment work shall be completed at the contractorÂs facility. IV.            PERFORMANCE REQUIREMENT SUMMARY Government personnel, with assistance from contractor during initial configuration/training, shall be able to functionally verify operation of equipment. V.               ACCEPTANCE/TESTING Before acceptance and final payment, government personnel will operate all software and hardware to ensure functionality in accordance with the specifications contained in this SOW. VI.            DELIVERY Equipment will be delivered NLT 90 days ARO. VII.         DELIVERABLES Description Quantity Due Date Complete System 1 NLT 90 days ARO VIII.      Warranty Five-year warranty on equipment. IX.            Maintenance  Five-year software update agreement. Â
Bid Protests Not Available