Rhode Island Bids > Bid Detail

WAVEFORM GENERATOR AND ACCESSORIES

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 66 - Instruments and Laboratory Equipment
Opps ID: NBD00159909953970806
Posted Date: Mar 1, 2023
Due Date: Mar 7, 2023
Solicitation No: N6660423Q0128
Source: https://sam.gov/opp/2bf8c53ab8...
Follow
WAVEFORM GENERATOR AND ACCESSORIES
Active
Contract Opportunity
Notice ID
N6660423Q0128
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSEA
Sub Command
NAVSEA WARFARE CENTER
Office
NUWC DIV NEWPORT
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 01, 2023 10:22 am EST
  • Original Date Offers Due: Mar 07, 2023 11:00 am EST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Mar 22, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 6650 - OPTICAL INSTRUMENTS, TEST EQUIPMENT, COMPONENTS AND ACCESSORIES
  • NAICS Code:
    • 334515 - Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
  • Place of Performance:
    Newport , RI 02841
    USA
Description

This is a combined synopsis and solicitation for commercial items prepared in accordance with format in FAR Subpart 12.6 – Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and quotes are being requested. In accordance with FAR 5.203(a)(2) this solicitation will be posted for less than fifteen (15) days.



Request for Quotation (RFQ) number is N6660423Q0128. This requirement is being solicited as a small business set aside. The North American Industry Classification System (NAICS) code for this acquisition is 334515. The Small Business Size Standard is 750 employees. The Product Supply Code (PSC) is 6650. This requirement is for HD Arbitrary Waveform Generator and accessories as specified in the table below:





CLIN 0001 Part No. T3AWG3358, HD Arbitrary Waveform Generator,8 Ch,350 MHz, 16 bit,128Mpts/Ch,6 Vpp output,AFG/AWG,Wave Sequencing, Qty 4



CLIN 0002 Part No. T3AWG3-8DIG, 8 Digital Output Channels for T3AWG3K-2CH (Requires 1 xT3AWG3-8DIG-MSCAB), Qty 4



CLIN 0003 Part No. T3AWG3-8DIG-MSCAB, Cable Mini SAS HD 1m (Requires a digital output option), Qty 4



CLIN 0004 Part No. T3AWG3-HV-8CH, High Voltage (12Vpp on 50 OHm) for T3AWG3K-8CH, Qty 4



CLIN 0005 Part No. T3AWG3-SYNC, SYNC accessories for T3AWG3K-8CH, Qty 3



CLIN 0006 Shipping



Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to purchase, on a Firm Fixed Price (FFP) basis, brand name or equal according to the minimum specification below. Required delivery is F.O.B. Destination, Naval Station Newport, Rhode Island.





Note: Quotes that meet the following salient characteristics are considered equal to the model listed in the above list:





System Minimum Requirement






  1. Output channels capable of generating arbitrary waveforms

  2. At least one integrated screen and input panel for individual channel waveform programming and general operation

  3. Does not require connection to the internet to operate

  4. Does not require Bluetooth or any wireless connection to operate

  5. System must have a total of at least 32 digital output channels and at least 32 analog output channels. A total of four stand-alone units can be connected with additional hardware (1 master, 3 slaves) in order for the system to have the 32 total output channels if skewing or offsetting of the clock is possible. In other words, all 32 outputs must be capable of synchronizing in phase (true arbitrary) such that the channels can be switch on/off and modified without losing phase synchronization.

  6. If stand-alone units are used to provide the 32 total channels (1 master, 3 slaves), then each stand-alone unit must have a minimum of 8 digital and 8 analog output channels.

  7. Each output channel (analog or digital) must be individually controllable such that the system can provide mixed signals. E.g. each analog output is capable of outputting a unique function with voltage, frequency, and phase delay that is different than the other channels which may or may not be running simultaneously.

  8. Both digital and analog channels must be able to operate simultaneously.

  9. 16 bit vertical resolution

  10. Arbitrary waveform capable of 24V peak to peak output signal into high impedance load. Must have voltage biasing capability of +/- 12V, such that the system is capable of +24V or -24V into a high impedance load. Additional hardware may be included to boost this output

  11. Arbitrary capable of 12V peak-to-peak into 50 ohm load. Must have voltage biasing capability of +/- 12V, such that the system is capable of +12V or -12V into a 50 ohm load. Additional hardware may be included to boost this output

  12. Analog outputs are capable of a DC waveform with +/- 12V into high impedance. additional hardware may be included to boost this output

  13. Arbitrary waveform frequency range of at least 1mHz to 100MHz

  14. Waveform memory for at least 100M points per channel

  15. Does not require a paid subscription to operate

  16. Run modes include Continuous, Sweep, and Burst

  17. All analog output channels are single ended BNC type connectors

  18. At least a 5ns rise/fall time

  19. Arbitrary waveforms can be uploaded to the stand alone units via USB flash drive. The unit shall not include a USB flash at delivery.





Offeror shall complete and submit Federal Acquisition Regulations (FAR) Provision 52.204-24 ‘Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment’ (AUG 2020), which is included as an attachment to the solicitation.



F.O.B. Destination, Newport, RI 02841-1708. The Offeror shall include shipping charges, if applicable and separately priced, and specify best delivery lead times in its quote.



Incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular (FAC). The following provisions and clauses apply to this solicitation:



FAR 52.204-23, “Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab.”;



FAR 52.204-25, “Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment”;



FAR 52.209-10, “Prohibition on Contracting with Inverted Domestic Corporations.”;



FAR 52.209-11, “Representation by Corporations Regarding Delinquent Tax Liability or Felony under any Federal Law.”;



FAR 52.212-1, “Instructions to Offerors – Commercial Items.”;



FAR 52.212-2, “Evaluation – Commercial Items.”;



FAR 52.212-3 (ALT 1), “Offeror Representations and Certifications – Commercial Items.”;



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.”;



DFARS 252.204-7008, “Compliance with Safeguarding Covered Defense Information Controls.”;



DFARS 252.204-7009, “Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information.”;



DFARS 252.204-7015, “Notice of Authorized Disclosure of Information for Litigation Support.”;



DFARS 252.204-7019, “NOTICE OF NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS”;



DFARS 252.204-7020, “NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS”;



DFARS 252.213-7000, “Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations.”



DFARS 252.215-7013, “Supplies and Services Provided by Nontraditional Defense Contractors.”;



DFARS 252.225-7031, “Secondary Arab Boycott of Israel.”;



DFARS 252.246-7008, “Sources of Electronic Parts.”;





Additional terms and conditions:



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. If UID applies, payment will be via Wide Area Workflow (WAWF). If UID does not apply, and if there are no surcharges, the Government’s preferred payment method is via credit card.



Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://acquisition.gov/far/.



Contractors must be registered in the System for Award Management (SAM) (https://www.sam.gov/portal/public/SAM) prior to award. Instructions for registration are available on the website.



The Government intends to award a single FFP Purchase Order to the eligible and responsible offeror on a Lowest Price, Technically Acceptable basis.



In order to be determined technically acceptable the offeror shall:




  1. Quote the Brand Name or equivalent items specified per the Government’s minimum specifications provided, in their required quantities. The offeror shall submit detailed specs with quote;

  2. Provide proof of Brand Name original equipment manufacturer (OEM) authorized reseller status. Status will be verified by the Government prior to award. NOTE: Items shall be sourced directly from the OEM and/or OEM authorized channels only.

  3. Complete and submit Attachment - 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment.



Offerors shall be advised that if after award the items delivered are determined not to be in new condition and/or are determined to be delivered from outside the US, the Government has the right to terminate for cause with the Contractor liable to the Government for any and all rights and remedies provided by the law including excess re- procurement costs.



Offers must be emailed directly to Jennifer Vatousiou at jennifer.m.vatousiou.civ@us.navy.mil. Offers must be received no later than 11:00 a.m. (EST) on Tuesday, 07 March 2023. Offers received after this date and time may not be considered for award. For information on this acquisition, contact Jennifer Vatousiou at the email listed above.


Attachments/Links
Attachments
Document File Size Access Updated Date
I.5. Generator Minimum Specifications Attachment 1.pdf (opens in new window)
192 KB
Public
Mar 01, 2023
file uploads

Contact Information
Contracting Office Address
  • 1176 HOWELL ST
  • NEWPORT , RI 02841-1703
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 01, 2023 10:22 am ESTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >