Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 06, 2003 FBO #0459
SOLICITATION NOTICE

59 -- Ultra High Stability Microwave Reference Oscillator

Notice Date
3/4/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Office of Naval Research, Naval Research Laboratory, 4555 Overlook Ave. S.W., Washington, DC, 20375
 
ZIP Code
20375
 
Solicitation Number
N00173-03-R-DL03
 
Response Due
5/30/2003
 
Archive Date
3/4/2004
 
Point of Contact
Dolorees Lockamy, Contract Specialist, Phone 202-767-3782, Fax 202-767-0430, - F. Janilea Bays, Contracting Officer, Phone 202-767-2974, Fax 202-767-0430,
 
E-Mail Address
lockamy@contracts.nrl.navy.mil, bays@contracts.nrl.navy.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation, N00173-03-R-DL03, is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through FAC 2001-12 and DFARS Change Notice 20021220 and Deviation 2002-O0005. The associated NAICS code is 334515 and small business size standard is 500. NRL has a requirement for (1) One Rack Mounted Ultra High Stability Microwave Fixed Tone Reference Oscillator. The self-contained instrument must fit within a 4 U 19 rack and meet the following specifications. (1) Possess superior AM and PM noise performance at 10.24 GHz; (2) Be phased lock to a ultra low noise 10 MHz, reference (to facilitate locking the microwave reference source to other coherent units); and (3) incorporate an internal well regulated power supply that can operate off 110/22 VAC 50/60 Hz AC power. This unit must be capable of maintaining the specifications detailed below when transported to remote test sites. Detailed Specifications are: a) Frequency: 10.240 GHz; b) Output Power: Greater than +10 dBm; c) Connector Type: SMA female (front or rear panel); d) Typically less than -40 log (fm) dBc below 2 KHz, less than -130 dBc; 2 KHz to 100 KHz; e) Dimensions: Rack Mounted 4 U (or smaller) 19 inch Rack Unit; f) Operating environment: 0 to +40 degrees C (non condensing); g) Storage Environment: -25 to +71 degrees C (non condensing); h) Power Supply: 110/220 VAC 50/60 Hz\ less than 200 watts. Phase Noise Performance: (at 10.240 GHz) for the following frequency off sets from the carrier shall be as follows: a) at 10 Hz -90 dBc/Hz; b) at 100 Hz -104 dBc/Hz; c) at 1 KHz -138 dBc/Hz; d) at 10 KHz -154 dBc/Hz; e) greater than 100 KHz -160 dBc/Hz. AM Noise Performance: (at 10.240 GHz) a) at 10 Hz -120 dBc/Hz; b) at 100 Hz -126 dBc/Hz; c) 1 KHz -138 dBc/Hz d) at 10 KHz -150 dBc/Hz; e) at greater than 100 KHz -165 dBc/Hz. Ultra Low Noise 10 MHz Controlled Crystal Oscillator; This 10 MHz source is locked to the 10.240 GHz microwave reference and is used to provide the means to phase lock an ultra low noise reference with other coherent high stability RF systems. This signal shall be output through an SMA type connector located on either the front or rear panel of the unit. Output Power: + 7 to +10 dam. Phase Noise: a) at 10 Hz - 132 dBc/Hz; b) at 100 Hz - 162 dBc/Hz; c) at 1 KHz -174dBc/Hz; d) at 10 KHz -174dBc/Hz. Delivery and acceptance is at NRL, 4555 Overlook Ave. SW, Washington, D.C. 20375, FOB Destination. Delivery shall be no later than 45 days from date of award. The provision at 52.212-1, Instructions to Offerors--Commercial, applies to this acquisition. The Government intends to award a contract resulting from this solicitation to that responsible offeror proposing the lowest price for the items that have been determined to comply with the requirements of the specifications and solicitation. The proposal must demonstrate an understanding of the requirement and the ability to meet the specifications. General statements that the offeror can or will comply with the requirements, that standard procedures will be used, that well-known techniques will be used, or paraphrases the RFP specifications in whole or in part will not constitute compliance with this requirement concerning the content of the technical proposal. OFFEROR MUST COMPLETE AND SUBMIT WITH ITS PROPOSAL, FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS AND DFARS 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS., WHICH ARE AVAILABLE ELECTRONICALLY AT : HTTP://HERON.NRL.NAVY.MIL/CONTRACTS/REPS&CERTS.HTM The clause at FAR 52.212-4, Contract Terms and Conditions--Commercial Items and FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. The following additional FAR clauses apply: 52.203-6 Restrictions On Subcontractor Sales To The Government, with Alternate I, 52.219-8 Utilization Of Small Business Concerns, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity For Special Disabled Veterans, Veterans Of The Vietnam Era, And Other Eligible Veterans, 52.222-36 Affirmative Action For Workers with Disabilities, 52.222-37 Employment Reports On Special Disabled Veterans, Veterans Of The Vietnam Era And Other Eligible Veterans, 52.222-19 Child Labor-Cooperation with Authorities and Remedies (E.O. 13126), 52.225-1, Buy American Act-Supplies, 52.225-13 Restriction on Certain Foreign Purchases (E.O. 12722, 127242, 13059, 13067, 13121, and 13129), 52.225-15, Sanctioned European Union Country End Products (E.O. 12849), 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332), 52.232-34 Payment by Electronic Funds Transfer-Other than Central Contractor Registration (31 U.S.C. 3332. The DFARs clauses at 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The additional DFARs clauses cited in the clause are applicable: 252.225-7001 Buy American Act and Balance of Payments Program (41 U.S.C. 10a-10d, E.O. 10582), 252.225-7014 Preference for Domestic Specialty Metals (10 U.S.C. 2533a), 252.227-7015 Technical Data--Commercial Items (10 U.S.C. 2320), 252.227-7037 Validation of Restrictive Markings on Technical Data (10 U.S.C. 2321), 252.232-7009, Electronic Funds Transfer (CCR), 252.243-7002 Requests for Equitable Adjustment (10 U.S.C. 2410), 252.247-7023 Transportation of Supplies by Sea, 252.247-7024 Notification of Transportation of Supplies by Sea (10 U.S.C. 2631). All EIT supplies and services provided under must comply with the applicable accessibility standards issued by the Architectural and Transportation Barriers Compliance Board at 36 CFR Part 1194 (see FAR Subpart 39.2). Electronic and information technology (EIT) is defined at FAR 2.101. Any resultant contract will be DO Rated under the Defense Priorities and Allocations System (DPAS). The Contract Specialist must receive any questions no later than 10 calendar days before the closing date of this solicitation. An original and two (2) copies of the offeror's proposal shall be received on or before 4:00 P.M. local time, 4 April 2003 at the Naval Research Laboratory, Attn: Contracting Officer, Bldg. 222, Room 115, 4555 Overlook Ave. S.W., Washington, D.C. 20375-5326. The package should be marked with the solicitation number, due date and time. The U.S. Postal Service continues to irradiate letters, flats, Express and Priority Mail with stamps for postage and other packages with stamps for postage destined to government agencies in the ZIP Code ranges 202 through 205. Due to potential delays in receiving mail, offerors are encouraged to use alternatives to the mail when submitting proposals. Facsimile proposals are authorized and may be forwarded to the contract specialist point of contact listed below. Other business opportunities for NRL are available at our website http://heron.nrl.navy.mil/contracts/rfplist.htm
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/ONR/N00173/N00173-03-R-DL03/listing.html)
 
Place of Performance
Address: Contractor's Facility
 
Record
SN00270581-F 20030306/030304220841 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.