Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 09, 2003 FBO #0464
SOURCES SOUGHT

59 -- Amplifier, Radio Frequency, Traveling Wave Tube (TWT), Q-band

Notice Date
3/7/2003
 
Notice Type
Sources Sought
 
Contracting Office
4301 Pacific Highway Bldg OT4 Code 02, San Diego CA 92110-3127
 
ZIP Code
92110-3127
 
Solicitation Number
SPAWAR Headquarters MKTSVY 24886
 
Point of Contact
Point of Contact - Mark D Lopez, Contract Specialist, 619-524-7168
 
E-Mail Address
Email your questions to Contract Specialist
(lopezm@spawar.navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This announcement is a Request For Information (RFI). The Space and Naval Warfare Systems Command (SPAWARSYSCOM) is seeking a second source for a medium power amplifier, Q-band, Traveling Wave Tube (TWT) used in the OE-562 submarine antenna mast. SPAWAR intends to initiate a Foreign Comparative Test (FCT) to determine if another vendor can supply a TWT that meets the requirements of the baseline TWT with regard to design, construction, physical dimensions, electrical performance characteristics, interface, environmental capabilities, and life. The requirement is for a CW TWT amplifier with the following primary specifications and characteristics; comprehensive specifications will be provided with a future RFP: Frequency Range: 43.5 to 45.5 GHz; Power output: 120 Watts minimum/160 Watts maximum with an input range of 4 to 10 dBm and a baseplate temperature of -40C to +70C; Overdrive level without degradation: +14 dBm continuous/+17 dBm for 3 ms; Maximum operating VSWR (output): 2.0:1; Cathode operating range: 11.9 to 14.1 kV/90 to 110 mA; Warm-up time: 3 minutes; Cooling: Conductive cooling to coldplate, with coldplate temperature between -54C and +85C (operating); Altitude: Operating up to 15,000 feet/non-operating up to 50,000 feet; Vibration: 4 to 10 Hz - 0.1 inch, 11 to 15 Hz - 0.03 inch; Shock: MIL-STD-202E, method 231B, test condition C, with peak acceleration value of 200 g's; Humidity: Unit shall operate in environments with 95% RH without condensation; Mechanical interchangeability: Mechanical and interface configuration in accordance with drawings, which will be supplied with an RFP; Expected life: 15,000 hours minimum (operating)/5 years minimum (shelf life). Vendors may be invited to participate at their own cost for this comparative test. Respondents should provide as a minimum: (1) physical and functional description (i.e. design drawings) of the item being offered (size and external description); (2) performance description and specifications of the item (hardware, software) and any anticipated changes; (3) if possible, include present cost of item and anticipated cost in the future with further development and any anticipated changes; (4) if not yet in production, provide the development status and anticipated schedule for completion; (5) project the potential production rate and describe the degree of automation used in the production process. Candidate systems must be mature, available for procurement, and available for testing in the OE-562 or in supplied test fixtures designed to emulate the operational system. They should also be available for initial fielding no later than one year from test date. The requested information is for planning purposes, and does not constitute a commitment, implied or otherwise, that a procurement action will be issued. However, SPAWAR will utilize the information for technical and acquisition planning. It is recognized that cost information provided by the contractor is a preliminary estimate for planning purposes; the contractor will not be bound to these estimates. Subsequent acquisitions may follow in the ways to best meet SPAWAR needs. The government invites comments related to possible purchase or acquisition strategies. If there is a GSA or other contract vehicle already available for the technology being proposed, please include this information in the response. All data received in response to this RFI marked or designated as corporate or proprietary will be fully protected from release outside the government. It is not the intent of SPAWAR to reimburse providers for the cost of submitting information in response to this RFI. Please direct any questions to the SPAWAR POC Mark Holcomb at e-mail <Mark.Holcomb@navy.mil>. To be beneficial, interested parties should submit any applicable information by 10 April 2003, via electronic transmission by utilizing the Submit Company Info link above.
 
Web Link
Click on this link to access the SPAWAR E-Commerce Central Web Site
(https://e-commerce.spawar.navy.mil/command/02/acq/navhome.nsf/homepage?readform&db=navbusopor.nsf&whichdoc=A92B6BB0DDF7CC8288256CE2007C1640&editflag=0)
 
Record
SN00274121-W 20030309/030307213810 (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.