PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED.
This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation will be open for less than 30 days, in accordance with FAR 5.203(b). Request For Quotation (RFQ) number is N66604-17-Q-2944.
The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to award a firm fixed price purchase order for a RF Probe Station as outlined in table below:
CLIN
Qty.
Description
0001
1
6" Manual RF Probe Station P/N WL-1160
Qty. 1
- 150mm nickel plated wafer chuck
- 150mm X-Y stage
- Separate Calibration chuck
- 2"x2" Microscope Stage for high powered optics
- Course & Fine Platen Lift
- Infinite position vertical platen lift for probe positioning
- Fine platen positioning mechanism with 1.35" separation
- Supports RF magnetic base or bolt-down micro positioners
- Center vacuum hole W/Three (3) zones
Fine Rotation and Lock
Qty. 1
- Theta rotation lock
- Recommended for all RF applications
Motic Stereo Zoom Microscope
Qty. 1
- Standard 10X eye pieces
- Zoom Ratio: 1:6.7
- Zoom Range: 0.75X - 5X
- Magnification: 7.5X to 50X
- Working Distance = 113mm
- Trinocular Head w/CCD Port
- Ring Light with Power Supply
Auxiliary Objective
Qty. 1
- 1.5X Objective for SMZ-1171
- Magnification 11x-75x
- WD= 50mm
LED Ring Light Source
Qty. 1
- 80 high precision aligned LEDS
- 8 Quadrant controller
- Adjustable dimming
RF Micropositioner
Qty. 2
- Independent X-Y-Z motion control
- Pitch, roll and theta adjustable head
- 40 TPI resolution
- Switchable Magnetic base Bolt-down base
- East, West orientation
High Frequency Probe Heads
Qty. 2
- Insertion loss less than 0.8db
- Return loss greater than 18db
- Repeatability -80db
- Individually spring loaded contacts
- Patented coaxial design
- Ground/Signal/Ground Configuration
- Specify Pitch (XXX)
RF Cable Set
Qty. 2
- 0.200 inch OD cable designed for phase and amplitude stability with flexure
- 2.93 mm connector
- 48" length
Calibration Substrate
Qty. 1
- Supports Precise SOLT, LRL/TRL, and LRM/TRM calibrations
- pitch range from 30 to 2,540 microns
- DC to 220 GHz; GS, SG, GSG Footprints
On-Site installation
Qty. 1
- Uncrating and mechanical installation
- Operator training
- PM training
Quiet Vacuum Pump
Qty. 1
- 115 VAC, 60Hz operation
- -11" Hg or -33.3 Kpa
- Includes 10' soft ¼" vacuum tubing
- 40 dB max @ 1 meter
Vibration Isolation Table
Qty. 1
- 36" x 36" table top
- Removable casters/ Adjustable feet
- 20" side shelf
Quiet Portable Air Compressor
Qty. 1
- For use with vibration isolation tables
- Output 0.70 CFM
- Max Pressure 120 PSI
- Operating Pressure 90-120 PSI
- Noise Level 30 db/A
- Tank Size 0.93 Gal
Motic Digital Imaging System
Qty. 1
- 5.0 Megapixel
- 2048 x 1536 capture size
- 1/2" CMOS Sensor
- C-mount adapter
- USB 2.0 connection to computer
Facility Requirements:
Probe Station
- Dimensions: 27"W x 22"D x 34"H
- Weight: 150 pounds
- Electrical: 120V/60Hz; 20 watts
- Vacuum: 20" Hg
Vibration Isolation Table
- Compressed dry air or dry N2
- 80 psi
Offerors shall include applicable shipping charges FOB Destination, Newport, RI 02841. The item shall be delivered no later than September 23, 2017 and invoiced no later than September 29, 2017.
This procurement is solicited on a competitive, unrestricted basis as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP). The North American Industry Classification System (NAICS) Code for this acquisition is 334513. The Small Business Size Standard is 750 employees.
Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. The provision at FAR 52.212-1 Instructions to Offerors--Commercial Items applies to this solicitation. The provision at FAR 52.212-3 (ALT 1), Offeror Representations and Certifications--Commercial Items applies to this solicitation. FAR 52.212-4, Contract Terms and Conditions--Commercial Items, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items apply to this solicitation. The provision at DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls applies to this solicitation. Clause 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting and Clause 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support, apply to this solicitation.
The following addenda or additional terms and conditions apply: Defense Priorities and Allocations System (DPAS) rating is DO-C9. In accordance with DFARS Clause 252.211-7003 the contractor shall provide a unique item identifier (UID) for all delivered items for which the Government's unit acquisition cost is $5,000.00 or more.
Payment must be via Wide Area Workflow (WAWF).
Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://acquisiition.gov/far/.
This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov.
Offers should include price and delivery terms and the following additional information: point of contact information (including phone number and email address) and contractor CAGE code. Offers shall be submitted via electronic submission to Paul Lee at paul.lee3@navy.mil.
Offers must be received on or before 27 July 2017 at 1400 Eastern Standard Time (EST). Offers received after this date are late and will not be considered for award. For information on this acquisition, contact Paul Lee at paul.lee3@navy.mil.
Paul Lee, Contract Negotiator , Phone 4018324358, Email paul.lee3@navy.mil