Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 22, 2005 FBO #1334
SOLICITATION NOTICE

20 -- Beacon Signal Generator

Notice Date
7/20/2005
 
Notice Type
Solicitation Notice
 
NAICS
334119 — Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commanding Officer (C2EC), USCG Command and Control Engineering Center 4000 Coast Guard Boulevard, Portsmouth, VA, 23703-2199
 
ZIP Code
23703-2199
 
Solicitation Number
HSCG21-05-Q-11DGPS051
 
Response Due
8/15/2005
 
Archive Date
8/30/2005
 
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; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quote (RFQ) number .HSCG21-05-Q-11DGPS051. The incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 05-04. The applicable NAICS number is334419 (Other Electronic Component Manufacturing) and the small business size standard is 500. This is Total Small Business Set Aside procurement. The FOB Destination delivery is to: Command and Control Engineering Center (C2CEN) 4000 Coast Guard Blvd Portsmouth, VA 23703, on or before: Oct 7, 2005. The USCG Command and Control Engineering Center (C2CEN) Portsmouth has a requirement to purchase: Beacon Signal Generator 1200-SMSK-PIVIAFE Digital Global Position System (DGPS) Beacon Signal Generator The 1200~SMSK-PMAFE is the signal generation module of the MR-1O1 enhanced DGPS medium frequency data modulator. This module accepts signals from a DSP card PMAFE interface and generates a Shaped MSK modulated data at user selectable data rates and carrier frequency. The 1200-SMSK-PMAFE timing is based on either an internal or an external 10 MHz frequency reference that may be both time and frequency synchronized to an external One-PPS pulse from GPS. The l200-SMSK-PMAFE is designed to operate with a companion DSP card, for example, the Momentum Data Systems HAWK89 board, hosted on a PC PCI bus. This combination permits control of the modulation process and the generation of the desired data message. To permit immediate testing of the 1200-SMSK-PMAFE, the cards are shipped with SMSK modulator test software. This Windows? based program generates a phase modulated carrier using standard RTCM SC 104 formatted 6-of-8 formatted messages or fixed internally generated test messages. 1200-SMSK-PMAFE specifications when interfaced with the HA WK89 DSP card (MRD-101) and CEI control software ITEM Specification Mating Motherboard Momentum Data Systems Hawk 89 ADSP Internal Frequency Reference 10MHz, *2.5 ppm, ?30 to *70?C Rear Panel Frequency Trim External Frequency reference Input >025 Volts peak-to-peak Jumper Selectable 50 ohms termination External One-PPS Input >025 Volts peak-to-peak Jumper Selectable 50 ohms termination Carrier Output Impedance 50 Ohms Carrier Output Frequency Range 105 to 535 kHz Carrier Amplitude +10 dBm + 1 dB into 50 O load Out-of-Band Spurious -58dBc Voltage / Power Requirement 3-5 vdc supplier through Hi-Speed Header Mechanical interface / Interface Connector 76 pin surface mount (Amp MICTOR series), board stacking height 0.43? DSP Bus Interface Specified in Momentum Data Systems_PCI_Bus_MAFE_Specification Data Source User Supplied Interface RS-232, RS-422 or TCP-lP Data Output Transmitted 6-of-8 characters echoed out COM 1, 9600,n, 8,1 Data Rates 100, 200, 300, 400, 500, 600, 800, 900. 1000, 1200, 1500 and 1800bps Modulation GMSK, MSK, RCMSK and CW GMSK Filtering User selectable 13 = 0.2,0.3. 0.45,0.5,0.6 filters RCMSK Type-A, .= 1,0, B=0.675, T1 = 1.4, T2 0.6 Type-B, = 2.05, B=0,65, Ti = 1.4,12 = 06 Frequency Band 150 to 535 kHz Tuning Steps 1 Hz Steps by data entry, 500Hz with Up-Down Buttons Time Synchronization Offset from GPS time from -1000 to 1000 usec in 1-usec steps. Accuracy + 300 n Sec of specified offset from UPS time, ~500 n see quantization error Time Reference The leading edge of the One Pulse-per-second output from the Z12/R GPS receiver RF Output Level 10 dBm +1 dB into 50 Ohm load Input / Output Signal Connector Bulkhead SMA ?50 Ohm, Gold plated Carrier Stability + 0,005 ppm, long term locked to GPS One-PPS External Reference Software selection of external 10 MHz reference. Out-of-Band Spurious -58 dBc (dB below Carrier) Fill Character User selectable ASCII Fill Character Lost Data Flag User selectable: ?All? or ?Loss > One Second? Company?s quotes should include: (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price, availability and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(j) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration; (12) Company Tax Information Number and DUNS Number. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. The following FAR provisions/clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far. FAR 52.212-1 Instructions to Offerors-Commercial Items (JULY 2003); there are no addenda to this provision. FAR 52.212-2 Evaluation-Commercial Items-Pricing (JAN 1999) is incorporated and the evaluation criteria will be based on meeting or exceeding all specifications listed. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (May 2004) with Alt 1 must be included with your offer. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Jan 2004); there are no addenda to this clause. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (May 2004). The following clauses listed in 52.212-5 are incorporated: 52.219-8, Utilization of Small Business Concerns (May 2004)(15 U>S>C637(d) (2) and (3); 52.222-3 Convict labor (June 2003) (E.O. 11755); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (E.O. 11246); 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (29 U.S.C. 793); 52.222-36 Affirmative Action for Workers with Disabilities.52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.225-13, Restrictions on Certain Foreign Purchases (E.O. 12722, 12724,13059, 13067, 13121, and 13129); 52.232-33 Payments by Electronic Funds Transfer Central Contractor Registration (Oct 2003)(21U.S.C. 3332). The following Homeland Security Acquisition Regulations (HSAR) are incorporated as addenda to this solicitation: HSAR 3052.209-70 Prohibition on Contracts With Corporate Expatriates (Dec 2003); HSAR clause 3052.211-90 Bar Coding Requirements (Dec 2003); HSAR clause 3052.213-90 Evaluation Factor for Coast Guard Performance of Bar Coding Requirement (Dec 2003). Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov. Offers are due at C2CEN, by the 3pm (EST) on August 15, 2005. Responses to this solicitation may be faxed to C. Houck (757) 686-4018, or mailed to the Contracting Officer, USCG, C2CEN 4000 Coast Guard Blvd. Portsmouth, VA 23703. Questions may be directed to Carrie Houck, telephone (757) 686-4215, Chouck@C2CEN.USCG.MIL Telephone requests will NOT BE accepted. Note 1 & 22 applies.
 
Place of Performance
Address: The FOB Destination delivery is to: Command and Control Engineering Center (C2CEN) 4000 Coast Guard Blvd Portsmouth, VA 23703, on or before: Oct 7, 2005.
 
Record
SN00850623-W 20050722/050720211536 (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.