Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 17, 2008 FBO #2425
SOLICITATION NOTICE

59 -- Power Amplifiers

Notice Date
7/15/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Agency, South Region, ACA, White Sands Missle Range, ACA, White Sands Missile Range, Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street, White Sands Missile Range, NM 88002-5201
 
ZIP Code
88002-5201
 
Solicitation Number
W9124Q-08-R-EPGEEP
 
Response Due
7/24/2008
 
Archive Date
9/22/2008
 
Point of Contact
charlene.neal, 520-538-2399
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 Electronic Proving Ground, Fort Huachuca, Arizona is soliciting proposals for the following requirement: Item #1: Frequency range 20-1000 MHz, small signal gain 54 dB minimum, gain flatness 2 dB maximum, input/output impedance 50 Ohms nominal, input/output VSWR 2:01 maximum, power output at 1 dB compression 120 watts minimum, power output at 3 dB compression 57 dBm nominal, saturated output power 200 watts nominal, harmonic levels with pout 120 watts: 20 dBc minimum, spurious signals with pout 120 watts: 60 dBc mimimum, operating temperature 50 C, AC input voltage single phase 200-240 (220 nominal) VAC 60 Hz, AC input power 3000 watts, RF signals format: CW/AM/FM/PM/Pulse, RF connector: Type N, Cooling: by forced air, package: 19 inch mountable rack, operational humidity: 95% non-condensing, operational altitude: 10,000 feet minimum, shock and vibration: transportable by truck on unimproved roads without significant impact to unit, weight: 80 pounds maximum, digital control signals: Ethernet/IEEE, 488/232, other: thermal voltage, current and VSWR protection under internal and external conditions. Item #2: Frequency range 1000-3000 MHz, small signal gain 51 dB minimum, gain flatness 2 dB maximum, input/output impedance 50 Ohms nominal, input/output VSWR 2:01 maximum, power output at 1 dB compression: 80 watts minimum, power output at 3 dB compression 59 dBm nominal, saturated output power 100 watts nominal, harmonic levels with Pout 80 watts: 20 dBc minimum, spurious signals with Pout 80 watts: 60 dBc mimimum, operating temperature 50 C maximum, RF input power 10 dBm, AC input voltage single phase 100-240 (nominal 220) VAC 60 Hz, AC input power 1200 watts, RF signals format: CW/AM/FM/PM/Pulse, RF connector: Type N, Cooling: by forced air, package: 19 inch mountable rack, operational humidity: 95% non-condensing, operational altitude: 10,000 feet minimum, shock and vibration: transportable by truck on unimproved roads without significant impact to unit, weight: 90 pounds maximum, digital control signals: Ethernet/IEEE, 488/232, other: thermal voltage, current and VSWR protection under internal and external conditions. FOB DESTINATION: Fort Huachuca, Arizona. Payment will be made by Defense Finance and Accounting under provisions of Wide Area Work Flow under Net 30 Terms. Offers are due no later than 12 noon, Mountain Standard Time, 24 July 2008. Offers shall be submitted electronically at:charlene.neal@us.army.mil. EVALUATION CRITERIA/ PROCEDURES: The offers will be evaluated based on the following best value criteria in descending order of importance: Meeting the requirement, Proposed Delivery Schedule, Past Performance, and Price. The result of the award will be posted in Fedbizopps(http://www.fbo.gov/) under Award Notices. Questions pertaining to the Award Notice must be submitted in writing. For additional information, contact Charlene Neal at (520) 538-2399 or charlene.neal@us.army.mil. The synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-25, 22 April 2008. This is a total small business set aside. The NAICS code is 334220. The solicitation is issued as a request for proposal (RFP) and will be awarded as a firm-fixed-price. All Electronic and Information Technology will be Section 508 of the Rehabilitation Act of 1973 compliant. The following FAR provision 52.212-1, Instruction to Offerors Commercial items, applies to the acquisition. FAR provision 52.212-2, Evaluation of Commercial Items, applies to the acquisition (See evaluation criteria above). Offerors shall include a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications Commercial Items or ORCA, and furnish Offeror's Tax Identification Number, CAGE Code, Central Contractor Registration Number, DUNS Number, and applicable FSC Codes with its offer. FAR clauses 52.212-4, Contract Terms and Conditions Commercial Items and 52.212-5, Contract Terms and Conditions Required Implementing Statutes or Executive Orders Commercial Items apply to this acquisition. FAR clause 52.219-8, Utilization of Small Business Concerns apply. The government reserves the right to select for award, all, some, or none of the proposals received in response to this announcement.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f6c07236dbe3e6b412de74dd4fb371fa&tab=core&_cview=1)
 
Place of Performance
Address: ACA, White Sands Missile Range Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street White Sands Missile Range NM
Zip Code: 88002-5201
 
Record
SN01614417-W 20080717/080715223243-f6c07236dbe3e6b412de74dd4fb371fa (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.