The RFP Database
New business relationships start here

4 GHz High Definition Oscilloscope


Ohio, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

Statement of Work
4 GHz High Definition Oscilloscope April 14, 2017
The Air Force Institute of Technology (AFIT) has a requirement for an Oscilloscope for
Characterization of Pulsed Lasers to immediately support the institute's engineering graduate
program.


The requested oscilloscope should have the capability to detect electrical signals from ultra-fast
detectors supporting an already-acquired Pico second laser source. The proposed oscilloscope will
have a minimum of 4 GHz of bandwidth with at least 20 Gigasamples per second allowing a better
characterization of the optical pulses leaving the laser and interacting with test samples.


Minimum Requirements:


A.  Shall be compatible (as discussed in Paragraph B) with the following piece of equipment:


a.   Keysight DSOS404A High Definition Oscilloscope


B.  Oscilloscope for Characterization of Pulsed Lasers (Basic Requirements)


1.   Shall have a minimum bandwidth of 4 GHz or better.
2.   Shall have 4 analog channel inputs with Bayonet Neill-Concelman (BNC) inputs with Switchable
input
3.   Shall have a memory depth of 800 Mpts or larger.
4.   Shall have a sample rate of 20 Gigasamples per second or faster.
5.   Shall have a display size of 12 inches or larger
6.  Shall have a waveform update rate of 700 waveforms per second or higher.
7.  Shall have a noise floor of 800 uV RMS or better at 50 mV per division.
8.   Shall have a rise time of 110 psec or faster.
9.  4 BNC-connected analog input probes for each analog input channel
10. Firmware updates for lifetime of oscilloscope shall be included.
11. Shall have software included necessary so users can reset oscilloscope and its operating system
back to factory default.
12. Shall be capable of regular software updates available from original manufacturer.
13. Shall be able to store and output data files compatible with Matlab, Labview & Excel


C.   All components and modifications must include standard commercial warranties



INSPECTION AND ACCEPTANCE:


AFIT/ENP is designated as the office responsible for inspection and final acceptance of the
supplies or services provided in this order.  A receiving report shall be accomplished immediately
upon receipt and acceptance of supplies. Acceptance of services will take place at the time of
invoice certification.
DELIVERY INSTRUCTION
Location of Delivery: 88 MSG/LGRS
BUILDING 257
5236 CHASE STREET
WRIGHT-PATTERSON AFB OH 45433-5501



INVOICE AND PAYMENT:
The contractor shall be paid upon submission of a properly prepared invoice (original and three
copies) and after final inspection and acceptance has been made. A proper invoice shall cite the
contractor's name and address, invoice number, invoice date, order number, contract line item
number (CLIN), description of the supplies or service, unit of issue, unit price and extended
price, terms of any prompt payment discount offered, and who to notify in the event the invoice is
defective.  The invoice shall be submitted to:


The contractor shall submit invoice in wide area work flow (WAWF) as shown in this order schedule.



Delivery Procedures Commercial Vehicles


All vehicles larger than a large pick-up truck are required to be inspected by the Wright-
Patterson Air Force Base Commercial Vehicle Delivery Gate (CVDG) prior to entering the
installation.  Vehicles to be inspected include, but are not limited to, the following:
1.  Step van/panel truck


2.  Tractor/trailer, box and flat bed containing cargo


3. Tanker trucks


4. Box trucks


5.  Tour buses


6. Garbage/recycled waste trucks


7. Concrete trucks/mixers, dump trucks


8.  Cranes, recreational vehicles, petroleum tanker
This inspection will be conducted at Gate 16A located off State Route 444. The following are
exemptions to vehicles utilizing the CVDG:
1.  If the vehicle has the product inside (concrete and asphalt trucks) and timely delivery is
necessary due to product deterioration it does not need to enter the CVDG.  To bypass the CVDG, the
contractor shall submit a list containing drivers' names, social security numbers and the state in
which the driver's license is held for those drivers who will be entering the base.  This shall be
accomplished 24 hours prior to requested entry time.  If entry is requested on Monday, this list
must be submitted by Friday at 1630 hours.  All lists shall be submitted to the 88th ABW/CE
Directorate contract inspector.  The only gates that may be used under this exemption shall be 15A,
26A, 38A, and gate 1B.  If the driver's name is not on the list, he/she will not be allowed access
to the installation through these gates and the base will not assume liability for denied access.
2. If a delivery vehicle must exit, and then re-enter the base to complete its route, the vehicle
shall be resealed upon exiting the base.  After initially passing through the commercial vehicle
delivery gate, trucks shall be resealed at Gates 15A, 38A and 22B. The resealing of the trucks will
allow them to continue to any other area of the installation (Areas A, B, or Kittyhawk) without
reprocessing through the CVDG. To receive resealing assistance, the drivers shall physically stop
at one of the three authorized gates and request the installation entry controller to reseal their
truck and provide the next location of their delivery. The controller will reseal the truck and
give the delivery driver a pre-clearance form. The driver shall present the pre-clearance form to
the entry controller at the next point of installation entry. This reentry can be through any base
gate.
Vehicles may be subject to an inspection at any of installation entry control points during a
directed random antiterrorism measure (RAM.)   Any commercial vehicle, regardless of size, can be
directed to the CVDG at the discretion of the installation entry controller.


Donald G Loving, Contract Specialist, Phone 9375224617, Email donald.loving@us.af.mil - Toxie Courtney III, Contracting Officer, Phone 937-522-4568, Email Toxie.Courtney.1@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP