The RFP Database
New business relationships start here

Vector Signal Transceiver


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

Solicitation NB672030-17-02096   (copy of solicitation also an attachment.)

This is a combined synopsis/solicitation for commercial items conducted in accordance with FAR Part 13, Simplified Acquisition Procedures, as supplemented with additional information included in this notice and the accompanying attachments. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This combined synopsis/solicitation is being issued as a request for quotation (RFQ) # NB672030-17-02096. The Contracting Officer will not use nor shall this solicitation be subject to the formal source selection procedures described in FAR part 15. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-94-1.


Attached below is the Specifications describing the requirements for solicitation NB672030-17-02096 for a Vector Signal Transceiver.


Please submit a firm fixed price quote for this item/items that meet the attached "Brand Name" specifications. All shipping and handling charges should be included in the firm fixed price. Delivery and Inspection & Acceptance: Destination.


This Request for Quotation (RFQ) is conducted under the authority of FAR 13, Simplified Acquisition Procedures, with NAICS code 334419, Instrument Manufacturing and Measurement, and small business size standard of 750 employees. This is a "Brand Name Only" requirement and is a total small business set aside.


All communications and documents must include the solicitation # NB672030-17-02096. Please email your quote to michael.fredericks@nist.gov. (complete unit and total price below no later than April 26, 2017, 2:00 PM Mountain Time). Please direct any questions regarding this solicitation to Michael Fredericks, Contracting Officer, at michael.fredericks@nist.gov no later than April 21, 2017 at 3:30 pm. Your quote must meet all the requirements of FAR 52.212-1, as well as include the following information:


CLIN Nomenclature     Qty Unit Price Total Price


0001    Vector Signal Transceiver System         1 ea     $              $
(500MHz BW)
(Brand Name item (National
Instruments (NI))
Per Attached Specification.        
Which includes the following:
Description    Quantity    Due Date
Chassis: NI PXIe-1085
(NI part 783588-01)    
1    
NLT three (3) weeks ARO
EMC filler panel
(NI part 778700-01)    
2    
NLT three (3) weeks ARO
Power cord
(NI part 763830-01)    
1    
NLT three (3) weeks ARO
Controller: PXIe-8880
(NI part 783513-04)    
1    
NLT three (3) weeks ARO
8 GB RAM upgrade for 8880
(NI part 783813-01)    
2    
NLT three (3) weeks ARO
MXI-Express Interface: PXIe-8384
(NI part 782363-01)    
2    
NLT three (3) weeks ARO
VST: PXIe-5840
(NI part 783966-01)    
1    
NLT three (3) weeks ARO
FPGA: PXIe-7976R
(NI part 783625-01)    
1    
NLT three (3) weeks ARO
MXI-Express Cable
(NI part 782317-03)    
2    
NLT three (3) weeks ARO
Five-year standard service program including calibration compliant with ANSI/NCSL Z540-1-1994


1


NLT three (3) weeks ARO


This solicitation will close on Wednesday, April 26, 2017 at 1 pm Mountain Time. Your quote must meet the following information:


•    Information sufficient to demonstrate you can meet or exceed the "Brand Name" requirements in the Specifications. Other brands will not be accepted.
•    Firm fixed price quote for the Vector Signal Transceiver System
•    Payment Terms: Net 30.
•    The requested delivery is 3 weeks ARO. Early delivery is acceptable.
•    Inspection and Acceptance at Destination
•    FOB Destination including delivery cost for delivery to NIST, 325 Broadway, Boulder, CO 80305. Delivery point of contact will be provided upon award.
•    Provided Company DUNS No. To be eligible for this award, the offeror must have and maintain an active registration at the System for Award Management at www.sam.gov., and have completed Representations and Certifications therein.



BASIS OF AWARD:


Award shall be made to the vendor with the lowest priced technically acceptable (LPTA) quote, based upon the technical specifications as detailed within the attached Specifications. This will be a firm fixed price (FFP) 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 "Brand Name only" specifications (FAR 6.302-1). Failure to clearly and unambiguously demonstrate this will result in an "unacceptable" technical rating.


PRICE:
Price shall be evaluated for reasonableness.


The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Offerors shall meet the technical specifications deliverable schedule.


FAR 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. (Quotes shall be evaluated in accordance with the criteria shown above).


The vendor must have completed the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items. Reps and certs must be uploaded to the System for Award Management at www.sam.gov.


In order to be eligible for this award, the vendor 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.


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:


52.219-6, Notice of Total Small Business Aside
52.219-28, Post Award Small Business Program 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
52.222-36, 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-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 (Feb 1998)
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 offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror 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 1352.233-70, Agency Protests
CAR 1352.233-71, GAO and Court of Federal Claims Protests


FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998)
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
(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
325 Broadway,
Boulder, CO 80305


 


NIST LOCAL-04, BILLING INSTRUCTIONS
(a) NIST prefers electronic Invoice/Voucher submissions and they should be emailed to INVOICE@NIST.GOV.
(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, 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.


(3)    The contract number AND CONTRACT LINE ITEM NUMBER (CLIN) OR ORDER ITEM NUMBER shall be placed on the exterior of all containers.



If you have any questions, please do not hesitate to contact Michael G. Fredericks at michael.fredericks@nist.gov.


 


 


 


 


 


 


BRAND NAME SPECIFICATIONS
NB672030-17-002096


 


 


 


 


 


 


 


 


 


 


 


 


 


 


 


 


 


 


TITLE: Procurement of a Vector Signal Transceiver
LAB REQUESTING SERVICE: NIST/CTL/672.03
I.    BACKGROUND INFORMATION
The High-Speed Measurements group (672.03) is engaged is spectrum sharing projects that require reception, transmission and analysis of radio frequency (RF) signals of 1 GHz bandwidth. In order to pursue this research, the group needs to be able to both receive and transmit RF waveforms and stream and analyze in-phase and quadrature (IQ) data. To perform both tasks, a vector signal transceiver (VST) system is needed.
II.    SPECIFICATIONS
The contractor shall provide:
a.    One (1) PXIe chassis with at least 24 GB/s of system backplane bandwidth containing
1.    One (1) onboard controller with at least 24 GB of RAM
2.    Two (2) interface connections for MXI-Expresses cables to connect NI HDD-8266 RAID arrays
3.    One (1) VST with 1 GHz RF bandwidth and frequency range of 9 kHz to 6.5 GHz
4.    One (1) field-programmable gate array (FPGA) integrated circuit with a data bandwidth of 3.2 GB/s
b.    Hardware interoperable upon receipt as well as interoperable with existing hardware
c.    A five-year standard service program including calibration compliant with ANSI/NCSL Z540-1-1994
III.    INSTALLATION
The NIST Technical Point-of-Contact (TPOC) will test the equipment on site within 30 days from date of delivery to ensure it operates in accordance with the contractor's published specifications. No contractor installation is required.
IV.    DELIVERY
Delivery of hardware shall be NLT three (3) weeks ARO.

V.    DELIVERABLES
Description    Quantity    Due Date
Chassis: NI PXIe-1085
(NI part 783588-01)    
1    
NLT three (3) weeks ARO
EMC filler panel
(NI part 778700-01)    
2    
NLT three (3) weeks ARO
Power cord
(NI part 763830-01)    
1    
NLT three (3) weeks ARO
Controller: PXIe-8880
(NI part 783513-04)    
1    
NLT three (3) weeks ARO
8 GB RAM upgrade for 8880
(NI part 783813-01)    
2    
NLT three (3) weeks ARO
MXI-Express Interface: PXIe-8384
(NI part 782363-01)    
2    
NLT three (3) weeks ARO
VST: PXIe-5840
(NI part 783966-01)    
1    
NLT three (3) weeks ARO
FPGA: PXIe-7976R
(NI part 783625-01)    
1    
NLT three (3) weeks ARO
MXI-Express Cable
(NI part 782317-03)    
2    
NLT three (3) weeks ARO
Five-year standard service program including calibration compliant with ANSI/NCSL Z540-1-1994


1


NLT three (3) weeks ARO


 


Michael G. Fredericks, Contracting Officer, Phone 3034977763, Email michael.fredericks@nist.gov - Aron R. Krischel, Contract Specialist, Phone 303-497-3032, Fax 303-497-5470, Email aron.krischel@nist.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP