Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2007 FBO #2117
SOLICITATION NOTICE

58 -- Multi Band Multi Mission AN/PSC-5D Radio System

Notice Date
9/11/2007
 
Notice Type
Solicitation Notice
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, AMC Contracting Flight (HQ AMC/A7KQ), 507 Symington Drive Room W202, Scott AFB, IL, 62225-5022, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FA4452-07-Q-A086
 
Response Due
9/18/2007
 
Archive Date
10/3/2007
 
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. The AMC Specialized Contracting Branch intends to solicit and award a firm-fixed price contract, under Federal Acquisition Regulation (FAR) Part 12 and 13. The North American Industry Classification System (NAICS) for this acquisition is 334220 with a Small Business Size Standard of 750 employees. The solicitation number for this announcement is Request for Proposal (RFP) FA4452-07-Q-A086. Six (6) each Multi Band Multi Mission (MBMMR) AN/PSC-5D Radio System, NSN/Mfr Part #902655-802, Brand Name or Equal. The Salient Characteristics of the Multi Band Multi Mission (MBMMR) AN/PSC-5D Radio System, NSN/Mfr Part #902655-802 Brand Name or Equal are as follows: Frequency Range 30-512 MHz (CNR, ATC, Maritime) Channel Spacing 5, 6.25, 8.33, 12.5, 25 kHz (VHF, UHF, LOS and SATCOM) Stability: 1 ppm Modes of Operation: LOS: AM, FM, FSK, CPM (CPM data rate up to 76.8 kbps) Non-DAMA: MIL-STD-188-181B Narrowband (1.2 kbps - 9.6 kbps) Wideband (1200 bps - 56 kbps) 5 kHz DAMA: MIL-STD-188-182A (75 bps - 2.4 kbps) 25 kHz DAMA: MIL-STD-188-183 AC and DC modes (75 bps - 16 kbps) Programmable Presets: 142 for LOS, SATCOM, DAMA and Beacon Operations Continuous Internal Bit Modulation: AM, FM, FSK, BPSK, SBPSK, DESBPSK, SOQPSK, DEQPSK, CPM Relay Modes: PSC-5/PSC-5 (LOS and SATCOM) PSC-5/SINCGARS (16K) Scan Mode: 10 Frequencies Encryption KY-57/58 voice (16 kbps) / data (16 kbps) KY-99/99A/100 voice (2.4 kbps) / data (2.4 kbps) KYV-5 data (1.2 kbps, 2.4 kbps) ANDVT/KYV-5 voice (2.4 kbps) KG-84A, Modes 1-4 data 75, 300, 600 bps; 1.2, 2.4, 4.8, 7.2, 8.0, 9.6, 16, 19.2, 28.8, 32, 38.4, 48, 56, 64 and 76.8 kbps FASCINATOR (Saber); VINSON/ANDVT; DS101/102 Fill Capability; Transmit and Receive OTAR (Limited ANDVT and KG-84A Functionality) ECCM Modes SINCGARS and SINCGARS SIP (V1) Have Quick I and II Modulation Modes LOS AM 80% nominal @ 1 kHz LOS FM ? 5.6 kHz dev @ 1 kHz Dedicated SATCOM FM, FSK, SBPSK, DESBPSK, CPM DAMA BPSK, SOQPSK, DEQPSK Accessories/Ancillaries for RT-1672D(C)/U Nomenclature Part No. Description MXF-857 725923-801/802 Suitcase Communications Terminal MXF-100-6B 535763-30 AC/DC Input Power Converter (110/220VAC; 23-33VDC) MXF-100-6C 535763-301 AC/DC Input Power Converter (110/220VAC; 23-33 VDC) with HPA Interface MXF-105 818268-871 Vehicle Mounting Adapter (used with MXF-100-6B) AM-7565/ARC 622274-1 125W High Power Amplifier (SATCOM ONLY) MT-7166 902456-801 Mounting Tray for AM-7565 MXF-250 902224-801 Interface Unit (Intercommunication System) MXF-272 902496-801 Remote Control Interface System MXF-270 622292-1 Portable Remote Control Device (PRCD) MXF-4012 622372-1 30-512 MHz Medium Power Amplifier (100 W in SATCOM) MXF-332 902663-802 Mounting Tray for MXF-4012 902663-803 Dual Mounting Tray (for MXF-428 or MXF-4012) MXF-366 726937-801 RT Vehicle Mounting Tray (forMXF-428 orMXF-4012) N/A 423259-801 Reprogramming Cable N/A 366223-2 VHF Antenna N/A 366227-1 Broadband LOS Antenna N/A N/A Standard 5-day Training Course N/A N/A 1-2 day Customized Mission-Focused Training Physical Characteristics Size (H x W x D) (Radio and Battery Case) 3.3? x 10.6? x 13? Weight 11.5 lbs Less Batteries Two BB-390A/U batteries; 6.5 lbs Two BA-5590/U batteries; 4.5 lbs Options MIL-STD-188-220B - Tactical Communications Interface MELP SINCGARS SIP and ESIP MIL-STD-188-183A 25 kHz DAMA Receiver Characteristics LOS: Sensitivity (10 dB SINAD) - AM -103 dBm (30% mod) Sensitivity (12 dB SINAD - FM -110 dBm (?3 kHz dev) IF Bandwidth (automatically matched to mode) ?5, ?12.5, ?22 kHz Audio Output: FM 2.4 mW, 600 ohms (1.2 Vms) AM 0.4 mW, 600 ohms (0.5 Vms) Response: Narrowband (?3 dB) 300-3,200 Hz Distortion: <5% AM or FM SATCOM Sensitivity: Bit Error Rate (BER) 1 x 10-5 Dedicated Channel (2.4K) C/kt = 45 dB-Hz 5 K DAMA (all Burst Rates) Eb/No = 7.6 dB with FEC 25 K DAMA (19.2K Burst) Eb/No = 6.5 dB with FEC SATCOM Mode Noise Figure (240-270 MHz) 4 dB max SATCOM Mode Sensitivity (10 dB SINAD) -121 dBm (@5.6 kHz dev) Transmitter Characteristics Power Output (max) LOS AM (80% modulation) 10 W LOS FM 10 W (up to 20 W selectable in safety override mode) SATCOM 225-400 MHz, 20 W ?2 dB SATCOM 290-320 MHz, 20 W min Adjustable Power 1 dB steps down to 0.2 W any mode Output Level Broadband Noise (@ 10 MHz and greater offset) -110 dBm/Hz Spurious Output -70 dBc Harmonic Output -56 dBc Beacon AM (150 Hz to 3850 Hz sweep) 50% mod FM (150 Hz to 3850 Hz sweep) ?4 kHz dev Environmental Characteristics MIL-STD-810E Temperature Range: Operating -40?C to +65?C Nonoperating -45?C to +71?C Drop 4 ft Humidity 100% EMI/EMC MIL-STD-461D and 462D ADS-37A-PRF (with Power Adapter) MIL-STD-704D Primary Power 21-32 VDC MTBF (Mean Time Between Failures) 5280 hr Immersion 3 ft for 2 hr Brand Name or Equal. This requirement is for new equipment only and quotes offering refurbished equipment will not be considered. Information shall be provided in a format that reflects the price per item and a total price. Delivery is to be made 60 Days ARO on an FOB Destination basis to 349CS/SCM, 531 WALDRON ST., BLDG 239, BAY G, TRAVIS, CA 94535-2906. Total cost shall include all shipping and handling. The Government reserves the right to cancel this solicitation, with no obligation to the offeror by the Government. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-19. The provision at FAR 52-212-1, Instructions to Offerors-Commercial Items applies to this acquisition. Only one award will be made to the lowest price technically acceptable offeror who meets the requirement. Offerors are required to submit with their offer a completed copy of FAR 52.212-3, Offeror Representations and Certification--Commercial Items, or provide notification that their Representations and Certifications are available on the Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov/. The clause at FAR 52.204-7 Central Contractor Registration applies to this acquisition. The clause at FAR 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items, applies to this acquisition, with the following clauses: 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I; 52.222-3, Convict Labor; 52.222-19, Child Labor--Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition with the following clauses: FAR 52.203-3, Gratuities; DFARS 252.225-7001 Buy American Act and Balance of Program; 252.225-7036, Buy American Act--Free Trade Agreements--Balance of Payments Program; 252.227-7015, Technical Data--Commercial Items; 252.227-7037, Validation of Restrictive Markings on Technical Data; 252.232-7003, Electronic Submission of Payment Requests; 252.243-7002, Requests for Equitable Adjustment; and 252.247-7023, Transportation of Supplies by Sea. FAR 52.211-6; Brand Name or Equal (Aug 1999) and FAR 52.214-21; Descriptive Literature (Apr 2002) apply. The clause at AFFARS 5352.201-9101; Ombudsman applies to this acquisition. This is a DO rated order under the Defense Priorities and Allocations System (DPAS). Wide Area Workflow procedures shall be used for invoicing and acceptance on this requirement. All offers are due to this agency no later than 3:00 p.m., Central Daylight Time (CDT), 18 September 2007. Send all offers to Kristy Daugherty, 507 Symington Dr. Rm W202, Scott AFB, IL 62225-5022, or by facsimile to 618-256-3091, or e-mail to Kristy.Daugherty@scott.af.mil. To view the clauses in full text, visit www.acqnet.gov/far.
 
Place of Performance
Address: 507 Symington Dr., Scott AFB, IL
Zip Code: 62225
Country: UNITED STATES
 
Record
SN01402539-W 20070913/070911221414 (fbodaily.com)
 
Source
FedBizOpps 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.