Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2008 FBO #2468
SOLICITATION NOTICE

59 -- Two High Power Radio Frequency Amplifier Systems.

Notice Date
8/27/2008
 
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-EPGHPA
 
Response Due
9/8/2008
 
Archive Date
11/7/2008
 
Point of Contact
charlene.neal, 520-538-2399<br />
 
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: Two High Power Amplifiers: One 80-1000 MHz High Power Amplifier and one 10 kHz -100 mHz High Power Amplifier. 80 1000 MHz High Power Amplifier requirements. The intent is to purchase one broadband High Power Radio Frequency (RF) Amplifier (HPA) system that is rated at 250 watts (minimum) output power with minimum frequency coverage of 80 to 1000 MHz. Technical requirements: The HPA will be a portable, self-contained, lightweight, air-cooled, broadband amplifier that provides instantaneous bandwidth, high gain to develop RF fields in an open field test site. The amplifier must be of rugged solid-state linear design. The amplifier will be housed in a single equipment rack and will provide complete stand-alone performance for testing. The HPA must have digital control panel functionality that provides both local and remote control of the amplifier allowing extensive control and status reporting capabilities. Digital control panel capability must include, but is not limited to, power (forward/reflected), standby, operate, fault/reset, control status, and internal amplifier status reports. The HPA must also provide for gain control, internal/external automatic level control (ALC) with front panel control of the ALC threshold, pulse input capability, RF output level protection, and internal RF detector capability providing an output for use in self-testing or operational modes. Also, the HPA must include amplifier control functions and status indications remotely in GPIB/IEEE-488 and RS-232 hardware and fiber optic. REQUIRED SPECIFICATIONS: Minimum 2/year warranty, Must include a complete set of operator/system technical manuals, and the system must be delivered within 120 days after rexceipt of order. RATED POWER OUTPUT: 250 watts minimum. INPUT FOR RATED OUTPUT: 1.0 milliwatt maximum. POWER OUTPUT @ 3dB COMPRESSION: Nominal 310 watts, Minimum 250 watts. POWER OUTPUT @ 1dB COMPRESSION: Nominal 255 watts, Minimum 200 watts, FLATNESS 2.0 dB maximum, 1.5 dB typical. FREQUENCY RESPONSE: 80 - 1000 MHz instantaneously. GAIN (at maximum setting) 54 dB minimum. GAIN ADJUSTMENT (Continuous Range) 18 dB minimum (4096 steps remote). INPUT IMPEDANCE 50 ohms, VSWR 2.0:1 maximum. OUTPUT IMPEDANCE: 50 ohms nominal. MISMATCH TOLERANCE: 100% of rated power without foldback. Will operate without damage or oscillation with any magnitude and phase of source and load impedance. MODULATION CAPABILITY: Faithfully reproduces AM, M, or Pulse modulation appearing on input signal. HARMONIC DISTORTION: Minus 20 dBc maximum at 200 watts. THIRD ORDER INTERCEPT POINT: 62 dBm typical. PRIMARY POWER (user must specify): 120 - 240 Vac, 40/400Hz, single phase, 2200 watts maximum. CONNECTORS RF: N type (Front/Rear Panels). REMOTE INTERFACES; IEEE-488: 24 pin female,RS-232: 9 pin Subminiature D (female), Fiber Optic: ST Conn Tx and Rx RS-232, ALC & PULSE: Type BNC on front panel, COOLING: Forced air (self contained fans). 10 kHz 100 MHz High Power Amplifier requirements. The intent is to purchase one broadband High Power Radio Frequency (RF) Amplifier (HPA) system that is rated at 500 watts (minimum) output power with minimum frequency coverage of 10 kHz to 100 MHz. Technical requirements: The HPA will be portable, self-contained, lightweight, air-cooled, broadband amplifier that provides instantaneous bandwidth, high gain to develop RF fields in an open field test site. The amplifier must be of rugged solid-state design. The amplifier will be housed in a single equipment rack and will provide a complete stand-alone performance for testing. The HPA must have control panel functionality that provides both local and remote control of the amplifier allowing extensive control and status reporting capabilities. Control panel capability must include, but is not limited to, power (forward/reflected), standby, operate, fault/reset, control status, and internal amplifier status reports. The HPA must also provide for gain control, internal/external automatic level control (ALC) with front panel control of the ALC threshold, pulse input capability, RF output level protection, and internal RF detector capability providing an output for use in self-testing or operational modes. Also, the HPA must include amplifier control functions and status indications remotely in GPIB/IEEE-488 and RS-232. REQUIRED SPECIFICATIONS. Minimum 2/year warranty. Must include a complete set of operator/system technical manuals. System must be delivered within 120 after receipt of order. POWER OUTPUT, CW: Nominal: 617 watts. Minimum: 500 watts. Linear @ 1 dB compression: 300 watts minimum. FLATNESS: 1.5 dB maximum, 0.5 dB with internal leveling. FREQUENCY RESPONSE: 10 kHz - 100 MHz instantaneously. INPUT FOR RATED OUTPUT: 1.0 milliwatt maximum. GAIN (at maximum setting): 57 dB minimum. GAIN ADJUSTMENT (continuous range): 25 dB minimum. INPUT IMPEDANCE: 50 ohms, VSWR 1.5:1maximum. OUTPUT IMPEDANCE: 50 ohms, VSWR 2.5:1maximum. MISMATCH TOLERANCE: Will operate without damage, or oscillation with any magnitude and phase of source and load impedance. May limit at rated output. MODULATION CAPABILITY: Faithfully reproduces AM, FM, or pulse modulation appearing on input signal. HARMONIC DISTORTION: Minus 20 dBc maximumat 300 watts. THIRD ORDER INTERCEPT POINT:61 dBm typical. RF POWER METER: 0-750 watts full scale. PULSE MODE GATING CHARACTERISTICS: Signal (into 50 ohms): +2.0 to 6.0 VDC. Rise Time: 0.5 microseconds maximum. Fall Time: 0.5 microseconds maximum. RF Rise/Fall Time: 10 nanoseconds maximum. PRIMARY POWER: 180 - 264 VAC,47 - 440 Hz, 2000 watts,maximum @ 0.99 P.F.typical. REMOTE INTERFACES:IEEE-488, RS-232. CONNECTORS: RF input: N Type Female (front panel), RF output: 7/16 DIN Female (rear panel), External leveling inputs: Type BNC female (front panel), Pulse modulation inputs: Type BNC female (front panel), Detected RF output: Type BNC female (front panel), Safety Interlock: 15 pin female Type D (rear panel). REMOTE CONTROL:IEEE-488: 24 pin female (rear panel), RS-232: 9 pin female Type D (rear panel), COOLING: Forced air (self contained fans). 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, 8 September 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. FAR clause 252.212-7001 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable To Defense Acquisitions Of Commercial Items (Mar 2008) applies to this acquisition. 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=8f32ca5391d66c8a69f5ba45d306210b&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<br />
Zip Code: 88002-5201<br />
 
Record
SN01652367-W 20080829/080827220605-8f32ca5391d66c8a69f5ba45d306210b (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  © 1994-2020, Loren Data Corp.