Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 25, 2004 FBO #1003
SOLICITATION NOTICE

58 -- Power Amplifiers

Notice Date
8/23/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
N00178 17320 Dahlgren Road Dahlgren, VA
 
ZIP Code
00000
 
Solicitation Number
N0017804Q3055
 
Response Due
8/30/2004
 
Archive Date
12/1/2004
 
Point of Contact
XDS13-6 540-653-7765 XDS13-6
 
Description
This synopsis, and applicable amendments, is posted to both the Federal Business Opportunities (FBO) page located at HTTP://www.eps.gov and the Navy Electronic Commerce On-Line (NECO) site located at http://www.neco.navy.mil. While it is understood that FBO is the single point of entry for posting synopsis and solicitations to the internet NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by the Navy Sea systems Command. Hard copies will not be provided. Vendors should regularly access the specified websites to ensure they have downloaded any and all amendments. In accord with FAR 6.302-1, the Naval Surface Warfare Center, Dahlgren Division (NSWCDD) intends to solicit Communications & Power Industries, Inc. (CPI), SATCOM Division, located at 45 River Drive, Georgetown, Ontario, CAN L7G2J4, on a sole source basis, for delivery of six RF power amplifiers (2 each of 3 items). Item 1 is quantity 2 units of CPI Model No.VZM6993J4-A (8.0-18.0GHz, 250 Watt TWTA with integral 8.0-18.0 GHZ, Input Isolator). Item 2 is quantity 2 units of Model No.VZM6993J4-A (8.0-18.0GHz, 250 Watt TWTA with integral 8.0-18.0 GHZ, Input Isolator), each unit with Option R remote control and Option V external step-up transformer. Item 3 is quantity 2 units of Model No.VZS/C6963J2-A (2.0-8.0GHz, 250-Watt TWTA with integral 2.0-8.0GHz, Input Isolator), each unit with Option R remote control and Option V 115 VAC external step-up transformer. Delivery FOB-Destination to NSWCDD within 120 days of contract award. Commercial warranty for 12 months after receipt. Minimum salient characteristics: The required amplifiers will replace existing amplifiers, like-for-like, in an existing facility that tests equipment for upgrades to ship defense systems. The facility itself must match the configuration of two other existing Naval test facilities so that variables affecting consistency of data interpretation and results is non-existent between the facilities. In order to match, the required amplifiers must have equivalent form, fit, and function characteristics of the units they will replace, i.e., at minimum, the amplifiers (a) operate at either 8-18 or 2-8 GHz; (b) have output power with a range of 250 to a maximum of 300 watts; (c) have type N or WRD-750 connectors; (d) have physical dimensions which do not exceed19W x 9H x 26D, (e) weigh no more than 120 lbs;(f) are rack mountable in a 19 inch rack; and (g) do not exceed the noise and spurious output value of minus 50 dBc excluding harmonics. The Government will consider statements, from all responsible sources, which evidence capability to provide the required items within the required delivery schedule, submitted via email to XDS13@nswc.navy.mil: please reference the synopsis number. Capability statements which do not evidence existence of required product and delivery within the required schedule, and evidence of outstanding past performance to the U. S. Navy for contracted delivery of the items specified herein, will not be considered. Offerors must submit capability statements by 2:00 pm EST on 30 August 04. Award will be subject to Simplified Acquisition Procedures, in accordance with FAR 13.5 for acquisition of commercial items. Successful offeror will be required to complete and submit ?Representations and Certifications ? Commercial Items? at FAR 52.213-3 and DFAR 252.212-7000 and shall be registered in the Central Contractor Registration database. Estimated award date is 1 September 2004.
 
Record
SN00649812-W 20040825/040823212556 (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.