Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 29, 2010 FBO #3078
SOLICITATION NOTICE

58 -- Telemetry Dual Channel Receiver

Notice Date
4/27/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, White Sands Missile Range DOC, Bldg 143, 2nd Floor, Crozier Street, White Sands Missile Range, New Mexico, 88002-5201, United States
 
ZIP Code
88002-5201
 
Solicitation Number
W9124Q-10-T-0005
 
Archive Date
5/20/2010
 
Point of Contact
Peter L Hopkins, Phone: 575-678-2850
 
E-Mail Address
peter.l.hopkins@us.army.mil
(peter.l.hopkins@us.army.mil)
 
Small Business Set-Aside
N/A
 
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; quotes are being requested and a written solicitation (paper copy) will not be issued. The NAICS code is 334220 and size standard is 750 employees. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this request. Solicitation W9124Q-10-T-0005 is issued as a request for quote (RFQ). This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-39 effective 19 April 2010. The Government intends to award one firm-fixed price contract resulting from this solicitation to one responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government price and possibly other factors considered. The Government intends to award 1 contract line item number: Dual Channel Receiver, (Model RCB-4000) Telemetry Receiver General Specifications: �� Fully compatible with ARTM/ IRIG Tier 0, Tier 1, and Tier-II Phase Noise, Demodulation specifications. �� Dual Independently Tunable Receivers with multiple first and second IF bandwidths, and internal Pre-D AM/AGC Controlled Diversity Combiner. �� Multiple, User selected second IF FIR preprogrammed filters. Bandwidths from 50 kHz to 30 MHz available for each channel. The unit comes preprogrammed with all IRIG filters. �� Multimode (ARTMS) tier 0, tier 1, tier 2 FM, PM, AM, BPSK, QPSK/OQPSK, FQPSK, and SOQPSK Demodulator, with data rate capability up to 20 Mbps. �� Easy to use Front Panel control and Remote Control via RS-232, Ethernet and IEEE-488. Windows Application Software supplied, providing remote operation of front panel controls via mfg. �� Provided interface connectors; all interface connectors to be provided, and defined for CH1, CH2, and COMB for the following outputs; analog Video Out, Data I and Q, IF Out, AGC out, Bit Synch Data and Clock, SSR out All connectors should be BNC in case of a type D connector then a BNC interface connector should by supplied. �� Internal dual channel programmable Bit Synchronizer with data rates from 30 kbps to 20 Mbps, NRZ and Bi-phase -L, M & S. �� Frequency ranges include: 2185 MHz to 2485 MHz, 1429 MHz to 1545 MHz, 1700 MHz to 1850 MHz. The tuner's center frequency shall be selectable with a resolution of 100 kHz. �� Video filters range from 150 kHz to 15 MHz �� User outputs shall include AGC with levels from 0 to +- 5 volts for the dynamic range of the receiver with zeroing capability. Signal level record outputs should be polarity switchable. �� Second IF Center Frequency: 70 MHz �� AM Output Level: 2Vp-p into 75 ohm �� Envelope AM Frequency Response: High end response 50 kHz �� AGC Type: Envelope �� AGC Time Constants: 0.1, 1, 10, 100, 1000 ms �� Receiver Tuning Resolution: 100 kHz �� Manual Gain, AGC Freeze: Variable by digital control �� Noise figure: 8 dB max �� VSWR: 1.5:1 Anticipated award will be made FOB Destination White Sands Missile Range, NM 88002. Inspection and Acceptances will be at Destination. The following provisions and clauses apply to this procurement: FAR 52.212-1, Instructions to Offerors-Commercial Items. Addenda to FAR 52.212-1, 52.211-6. In accordance with the FAR 13.106-1(a)(2) offerors are notified that award will be made on the basis of price and technical suitability. FAR 52.212-3 Offeror Representations and Certification-Commercial Items, An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision; FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. [in paragraphs (b) and (c) the following clauses apply 52.219-6; 52.219-28, 52.222-3; 52.222-19; 52.222-21, 52.222-26, 52-222-36, 52.225-13, 52.232-33, 52.222-41; 52.222-42; Addendum to FAR 52.212-5; FAR 52.252-2, Clauses and provisions may be accessed in full text at http://farsite.hill.af.mil. DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. [in paragraph (b) the following clause applies 252.225-7001; Addendum to DFAR 252.212-7001, 252.225-7002. (IUID Clauses will apply to this solicitation and contract award-252.211-7003, 252.211.7003 Alt I, and 252.211.7007). All payments are to be paid electronically through the Wide Area Work Flow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF training may be accessed online at http://www.wawftraining.com. Payment information may be accessed using the DFAS website at https://www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment. All offers are due no later than 5 May 2010 at 12:00 pm (Mountain Daylight Time). Offers may be E-mailed (preferred) to peter.l.hopkins@us.army.mil or mailed to: Mission and Installation Contracting Command, ATTN: Peter L. Hopkins, 143 Crozier Street, Room 217, White Sands Missile Range, NM 88002 Be advised that all interested parties must be registered in the Central Contractor Registration (CCR) Database in order to receive an award. If you are not registered you may request an application at (888) 227-2423 or through the CCR website at http://www.ccr.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a6dd27dd275b18dff6b704bda58d060d)
 
Place of Performance
Address: Mission and Installation Contracting Command, Building 143 Crozier Street, White Sands Missile Range, New Mexico, 88002, United States
Zip Code: 88002
 
Record
SN02133617-W 20100429/100427235318-a6dd27dd275b18dff6b704bda58d060d (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.