Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 12, 2005 FBO #1263
SOLICITATION NOTICE

59 -- SYNTHESIZER

Notice Date
5/10/2005
 
Notice Type
Solicitation Notice
 
NAICS
334419 — Other Electronic Component Manufacturing
 
Contracting Office
RDECOM Acquisition Center - Adelphi, ATTN: AMSSB-ACA, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-05-T-0094
 
Response Due
5/17/2005
 
Archive Date
7/16/2005
 
Point of Contact
Gloria Mormon, 505-678-0697
 
E-Mail Address
RDECOM Acquisition Center - Adelphi
(gmormon@arl.army.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
Description: (i) This is a combined synopsis/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 sol icitation. Quotes are being requested and a written solicitation will not be issued. (ii) The solicitation number is W911QX-05-T-0094. This acquisition is issued as a Request For Quote (RFQ). (iii)The solicitation document and in-corporated provisions an d clauses are those in effect through Federal Acquisition Circular 2003-05. (iv) This acquisition is being issued as a Small Disadvantaged Veteran Owned Small Business Set-Aside. The North American Industry Classification System (NAICS) code is 334419 and the small business size standard is 500 employees. (v) Item and specifications: (0001) Synthesizer, IAW Specifications: Output Frequency Range: 3900 to 4900 MHz, Step Size: 500 KHz, Output Power: +10 dBm (min) +/- 2dB over temp & +/- 1.5 dB over freq. L oad VSWR:1.5:1 Supply Voltages: +15 Vdc +/- 0.5 Vdc & +5.25 Vdc +/- 0.2 Vdc at pin of synthesizer conn. Spurious: -60 dBc Harmonics: -20 dBc, Output Impedance: 50 Ohms, Phase Noise: Offset (Hz), SSB Phase Noise (dBc/Hz), 100 -26 max, 1K -52 max, 10k -75 max, -82 typical, 100K -700 max, -109 typical 1M -120 max, -124 typical Reference: External, 100 MHz Ref. Input Power Level: 0 dBm +/- 3dB, Frequency Stability : Same As Reference, Modulation Port: To AC Couple a noise signal (white Gaussian noise) on to the output. Question 1: Is it op amp with low impedance output? Question 2: What will the pk to pk amplitude be of what is supplied. (The sensitivity of the VCO affects the modulation index). Noise Characteristics: Type: white Gaussian, Bandwidth : About 10 MHz, amplitude to have an FM deviation of about 25 MHz. Modulation BW: 10 kHz to 20 MHz to allow for sufficient loop bandwidth to reduce susceptibility to microphonics, Max Deviation: 50 MHz, Loop BW: TBD (sufficient to support modulation whil e reducing susceptibility to microphonics), TSw: »2 second across band step. Linearity: TBD., Switching Mode: The synthesizer may be switched to another frequency during system setup, but once the frequency is selected, the synthesizer frequency does not change. Dimensions(approx.): » 4 x 3 x 1 max case (inches), Phase Lock Alarm: TTL-Hi When Locked, Frequency Selection (Pick 1) : 1) 3 wire serial TTL Binary; Enable/Clock/Data (= FreqNum) Fout=Flow + freqNum x Step Size), or 2) Parallel BCD via digital c onn. This choice requires an external interface box. 11 TTL Parallel Bits, Examples: 00000000000 = 3900 MHz 00000000001 = 3900.5 MHz; Connectors: RF Output, Ref. Input: SMA(F) Mod Input Port: SMA(F) will be opposite side of RF connector face Supply Volt age, Alarm, Freq. Control, & Ground (Pick 1): 1) For serial: 10 pin 2 mm protected dual row header, or 2) For Parallel: Protected header 3M 25XX: 40 pin, confirmed after po. Temp. Operating: -40 To + 70 Degrees C (baseplate). Quantity 8 each. Deliver y is required no later than 120 days after award to FOB Destination: US Army Research Laboratory, Bldg 1646, White Sands Missile Range, NM 88002-5513. (vii) The following FAR provisions/clauses apply: 52.212-1, Instructions to Offerors -- Commercial, 52. 212-2, Evaluation -- Commercial Items and Criteria, 52.212-3, Offeror Representations and Certifications -- Commercial Items, 52.212-4, Contract Terms and Conditions -- Commercial Items, 52.204-7 Central Contractor Registration (Oct 2003), 52.204-8, Annual Representations And Certifications (Jan 2005), 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items. 52.210-14 Limitations on Subcontracting, 52.222-21, Prohibition of Segregated Facilities (FEB 19 99), 52.222-26, Equal Opportunity (E.O. 11246), 52.222-35, Equal Opportunity for Special Disabled Veterans, Beteraqns of the Vietnam Era, and Other Eligible Vet erans, 52.222-36, Affirmative Actions 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, 52. 232-33, Payments by Electronic Funds Transfer-CCR, 52.239-1, Privacy or Security Safeguards (5 U.S.C. 552a), 52.215-7, Annual Representations and Certifications (10/97). The following DFAR clauses apply: 252.212-7001, Contract Terms and Conditions Require d to Implement Statues or Executive Orders applicable to Defense Acquisitions of Commercial Items. 252.225-7001, Buy American Act and Balance of Payments Program (MAR 1998) (41 U.S.C. 10a-10d, E.O. 10582), 252.227-7015, Technical Data-Commercial Items (NO V 1995), 252.227-7037, Validation of Restrictive Markings on Technical Data (SEP 1999). 252.232-7003, Electronic Submission of Payment Requests (JAN 2004); 252.247-7023, Transportation of Supplies by Sea (MAY 2002) Local Clauses that are part of this award is available on the ARL website: http://w3.arl.army.mil/contracts/kosol.htm under Solicitation W911QX-05-T-0094. (viii) The provision at FAR 52.212-2, Evaluation-Commercial Items is applicable to this solicitation. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: technical, price, delivery, and past performance. Technical and price are of equal importance and when combined are significantly more important than delivery. The technical evaluation will be a determination as to whether the proposed product meets the technical specifications based upon information furnished by the vendor. The government is not responsible for locating or securing any information, which is not identified in the proposal. If the vendor proposes to modify a product so as to make it conform to the requirements of the solicitation, the vendor shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. Past pe rformance will be evaluated based on information provided by the Offeror as to actual sales of the proposed products to industry or government agencies. Past performance will consider the ability of the items to meet technical specifications as advertised by the Offeror, past record of meeting delivery schedules. Offerors must include records of three recent sales and identify a point of contact for each by providing a name and phone number. The government will award a contract to the Offeror whose offer conforms to this solicitation and will be most advantageous to the government, price and other factors considered. The government reserves the right to make an award without discussions. (ix) Offerors shall include a completed copy of the provision at F AR 52.212-3 Offeror Representation and Certifications - with its offer. (x) Offerors are due by COB on 17 May 2005, to gmormon@arl.army.mil. (xii) For information regarding this solicitation, please contact Gloria Mormon, Contracting Specialist at 505-67 8-0697 or gmormon@arl.army.mil. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (10-MAY-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/USAMC/DAAD17/W911QX-05-T-0094/listing.html)
 
Place of Performance
Address: RDECOM Acquisition Center - WSMR Branch ATTN: AMSSB-ACC-AW, Building 1624 WSMR NM
Zip Code: 88002-5513
Country: US
 
Record
SN00804286-F 20050512/050510212558 (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.