Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 22, 2005 FBO #1273
SOLICITATION NOTICE

59 -- AMPLIFIERS

Notice Date
5/20/2005
 
Notice Type
Solicitation Notice
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment 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-0095
 
Response Due
6/8/2005
 
Archive Date
8/7/2005
 
Small Business Set-Aside
Total Small Business
 
Description
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 solicitation; propos als are being requested and a written solicitation will not be issued. (ii) The solicitation number is W911QX-05-T-0095 This acquisition is issued as a Request for Quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-03. (iv) This acquisition is set-aside for Small Business. The associated NAICS code is 334220. The small business size standard is 750. (v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN 0001- 1000 watt 7.5-18 GHz Amplifier IAW Specifications: CLIN 0002- 500 watt 7.5-18 GHz Amplifier IAW Specifications: (vi) Description of requirements: CLIN 0001 SPECIFI CATIONS for 1000 Watt Amplifier: Frequency range: 7.5 GHz to 18 GHz with at most 2 operator intervention actions e.g. changing a waveguide transition. Power flatness: +/- 2 dB (as measured at 1dB compression), (prefer +/- 1 dB). Power output: 1000W CW mini mum (across the band). RF Output Mismatch tolerance: TWT shall not be damaged under any condition including an open or short. Return Loss: 10dB. Power output stability: 0.5dB in any 1-minute interval. Spurious outputs: -50dBc maximum. Harmonic distortion: -20 dBc maximum at 1000 watts at 1 dB compression point. Maximum noise figure:35 dB maximum. Gain at maximum setting: 62dB. Gain stability: 0.3dB during any 10 minute period after warm up. RF Output connector type: on the rear with WR-137 (for operation fr om 7.5-8.2 GHz) on the rear with WR-90 (for operation from 8.2-12.4 GHz) on the rear with WR-62 (for operation from 12.4-18 GHz). RF Load Impedance: 50 ohms, VSWR 1.5:1 maximum. Nominal output monitor: 60dB. Output monitor connector: Female, N type on fro nt or rear panel. RF Input connector: Female, N type on front or rear panel. RF Input impedance: 50 ohms, VSWR 2.0:1. RF Input protection: protected against damage from overdrive up to 20dBm. Amplifier to be protected against: Over-temperature, Air Flow, R F output mismatch including open / short. Front panel mounted meaningful fault indicators. Front panel mounted gauge/LCD indicating value of Forward RF Power, Reverse RF Power Cathode Current & Voltage, Helix Current & Voltage, temperature, AC voltage. Saf ety Interlock: 15 pin female subminiature D on rear panel. Remote control: via IEEE-488 and have access to all amplifier control functions & status indicators on rear panel. Electrical Power Requirements: 3 phase, 208 VAC,60Hz, NEMA 18-60R electrical plug, 8 ft. electrical cord. Mechanical: Rack mounted: Yes, Wheels: Yes, Lift rings: four on top, one at each corner. Maximum Weight: 2000 lbs  the smaller the better. Maximum dimensions: 80 in. H x 63 in.W x 63 in. D excluding wheels and lift rings  the smal ler the better; an ideal size would be 70 in. H x 26 in.W x 36 in. D. Shock: 10G, by design, testing not required. The amplifier should withstand normal truck shipping. We typically roll the amplifier across the floor and across door thresholds from one ro om to another. Please indicate what the amplifier is designed to withstand for shock. Vibration: by design, testing not required. The amplifier should withstand normal truck shipping. We typically roll the amplifier across the floor and across door thresho lds from one room to another. Please indicate what the amplifier is designed to withstand for vibration. Environmental: Cooling: Forced air-cooled (self contained fans) to permit continuous full power operation. Operating Temperature: 0 - 45 degrees Centig rade. Operating Altitude: 0 to 10 thousand feet. Documentation: full set of documentation (e.g. user manual & programming reference guide) and production test d ata demonstrating amplifier performance from 7.5 GHz to 18GHz for power delivery at 1dB compression point, VSWR, harmonic performance, and spurious signals. Warranty: 3 year, 100% warranty on the tube, power supply and electronics. Quantity 1 each. CLIN 00 02 SPECIFICATIONS for 500 Watt Amplifier: Frequency range: 7.5 GHz to 18 GHz with at most 3 operator intervention actions e.g. changing a waveguide transition. Duty Cycle: CW. Power flatness: +/- 2 dB (as measured at 1dB compression), (prefer +/- 1 dB). Po wer output: 500W CW minimum. RF Output Mismatch tolerance: TWT shall not be damaged under any condition including an open or short. Power output stability: 0.3dB in any 1-minute interval. Spurious outputs: -50dBc maximum. Maximum noise figure: 35 dB maximu m. Gain at maximum setting: 57dB nominal. Gain stability: 0.3dB during any 10 minute period after warm up. RF Output connector type: on the rear with WR-137 (for operation from 7.5-8.2 GHz) on the rear with WR-90 (for operation from 8.2-12.4 GHz) on the re ar with WR-62 (for operation from 12.4-18 GHz). RF Load Impedance: 50 ohms, Nominal output test point: 60dB. RF Output test point: Female, N type on back. RF Input connector: Female, N type on back. RF Input impedance: 50 ohms. RF Input protection: protec ted against damage from overdrive up to 20dBm. Amplifier to be protected against: Over-temperature, Air Flow, RF output mismatch including open/short. Front panel mounted meaningful fault indicators. Front panel mounted gauge/LCD indicating value of Forwar d RF Power, Reverse RF Power, Cathode Current & Voltage, Helix Current & Voltage, temperature, AC voltage. Electrical Power Requirements: Primary power: 3 phase, 208 VAC,60Hz NEMA 18-60R electrical plug, 8 electrical cord. Mechanical: Rack mounted: Yes, M aximum Weight: 150 lbs, Maximum dimensions (without handles) 10in. H x 19 in.W x 34 in.D maximum, Handles: two on Front. Shock: 10G, by design, testing not required. The amplifier should withstand normal truck shipping. We typically roll the amplifier acro ss the floor and across door thresholds from one room to another. Please indicate what the amplifier is designed to withstand for shock. Vibration: by design, testing not required. The amplifier should withstand normal truck shipping. We typically roll the amplifier across the floor and across door thresholds from one room to another. Please indicate what the amplifier is designed to withstand for vibration. Environmental: Cooling: Forced air-cooled (self contained fans) to permit continuous full power oper ation. Operating Temperature: 0 - 45 degrees Centigrade. Operating Altitude: 0 to 10 thousand feet. Documentation: full set of documentation (e.g. user manual & programming reference guide) and production test data demonstrating amplifier performance from 7.5 GHz to 18.5 GHz, VSWR, harmonic performance, and spurious signals. Warranty: 3 year, 100% warranty on the tube, power supply and electronics. Quantity 1 each. (vii) Delivery is required by 120 Days ARO.. Delivery shall be made to: US Army Research Labo ratory, Building 1646, White Sands Missile Range, NM 88002. Acceptance shall be performed at White Sands Missile Range, NM. The FOB point is FOB Destination. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisiti on. The following addenda have been attached to this provision: None (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: Technical, Price, Delivery, and Past performance. The technical evaluation will be a determination as to whether the proposed product meets the technical specifications based upon information furnished by the vendor. IAW FAR 15.304, the relati ve importance of all other evaluation factors, when compared to price is Technical and Delivery faster than 120 DARO (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications -Commercial Items, with its offer. (xi) 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, 52.212-5, Contract Term s and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items. 52.219-14 Limitations on Subcontracting, 52.222-21, Prohibition of Segregated Facilities (FEB 1999), 52.222-26, Equal Opportunity (E.O. 11246), 52.222-35, Equal Opport unity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 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, 52.223-9. The following DFAR clauses apply: 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition s 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 (NOV 1995), 252.227-7037, Validation of Restrictive Markings on Technical Data ( SEP 1999). 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-0095. (xiii) The following additional contract requirement(s) or terms and conditions apply: The government is not responsible for locating or securing any information, which is not identified in the proposal. Contractor shall submit technical specifications/salient characteristics of amplifiers. Offerors must include records of three recent sales an d 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. (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as NONE. (xv) The following notes apply to this announcement: N/A (xvi) Offers are due on 8 J UNE 2005, by 11:00 am MST, at US Army RDECOM Acquisition Center, RDECOM ACQ CTR-WSMR Branch, Building 1624, Room 219, White Sands Missile Range, NM 88002. (xvii) For information regarding this solicitation, please contact Gloria Mormon, Contracting Special ist, 505-678-0697 or gmormon@arl.army.mil
 
Place of Performance
Address: RDECOM Acquisition Center - WSMR Branch ATTN: AMSRD-ACC--AW, Bldg. 1624 WSMR NM
Zip Code: 88002-5513
Country: US
 
Record
SN00812156-W 20050522/050520212549 (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.