Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 09, 2018 FBO #5950
SOURCES SOUGHT

70 -- Sensor Array and Vector Measurement-Based RF Exposure Measurement System

Notice Date
3/7/2018
 
Notice Type
Sources Sought
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Federal Communications Commission, Office of the Managing Director, Contracts and Purchasing Center, 445 12th Street, SW, Washington, District of Columbia, 20554, United States
 
ZIP Code
20554
 
Solicitation Number
FCC-WL-2017-03-07
 
Archive Date
4/5/2018
 
Point of Contact
William Levenson, Phone: 2024180937, Timothy G. Smith, Phone: 2024180469
 
E-Mail Address
william.levenson@fcc.gov, timothy.smith@fcc.gov
(william.levenson@fcc.gov, timothy.smith@fcc.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a Request for Information for the equipment listed below. If your organization can provide this equipment, please contact the Contracting Officer. Sensor Array and Vector Measurement-Based RF Exposure Measurement System List of Specifications Sensor array and vector measurement-based RF exposure measurement system shall include: 1) Sensor array and vector measurement-based RF exposure measurement system ( the system ) to perform Specific Absorption Rate (SAR) measurements in the 650 MHz to 6 GHz frequency range according to the IEC Publically Available Specification PAS 63151 and, via system upgrades and updates, according to any new or additional requirements introduced through voting drafts of the corresponding International Standard (IS) established under IEC TC106 PT 62209-3 (CD, CDV and FDIS). The vendor shall demonstrate its ability and continued commitment to provide service and support for the system in accordance with IEC PAS 63151 and IEC 62209-3 requirements. 2) All components, including the head (left and right) and body (flat) phantoms (human anatomical models) specified by the IEC 62209 series of SAR measurement standards, system verification reference sources, and all supporting accessories required for accurate placement of the verification sources and test devices against the phantom to perform SAR measurements according to IEC PAS 63151 and IEC 62209-3 protocols. 3) All firmware and hardware, including accessories such as computer systems, controllers, cables, connectors, cabinets and electrical connections, and system documentation required to operate the system. 4) Detailed system validation results shall be available for the delivered system, to demonstrate compliance with IEC PAS 63151 and applicable draft IEC 62209-3, at the time of system installation according to ptotocols and procedures specified in such documents. 5) System measurement accuracy shall be fully demonstated at the time of installation, to comply with IEC PAS 63151 and most recent draft or final version IEC 62209-3. 6) The system shall be delived in fully calibrated conditions at no additional cost. Overall system and sub-system or component calibration shall be traceable to acceptable national or international requirements and clearly identified in the calibration certificates and associated documents for acceptance at the time of installation. 7) The worst-case measurement uncertainty under all operating circumstances supported by the system shall not be higher than 30% for a confidence interval of k=2. Operating configurations and measurement conditions that may result in higher than 30% measurement uncertainty shall be fully disclosed in response to this procurement request to determine if it is acceptable and shall be confirmed during system installation. 8) Installation and training on operation of the system. 9) Incidential costs; inculding but not limited to shipping to destination, tax and duty, travel and accomodation expenses for the training. 10) Recommended and required system maintenance, components and overall system calibration schedule shall be fully specified. All costs and estimates for subsequent annual system calibrations, maintenance, and other support services (including but not limited to firmware and hardware upgrades) after initial system deployment shall be clearly identified and contained in the cost proposal for at least the first 5 years from the date of completion of installation. 11) All conditions and requirements to operate the system shall be fully disclosed in the response to this procurement request. 12) All optional equipment or components that are not required for the system to operate or to satisfy IEC PAS 63151 and IEC 62209-3 requirements shall be clearly identified. 13) Any advantages in the implementation of the system to provide additional functionality and associated costs and value shall be specified.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/FCC/FCCOMD/FCCCPC/FCC-WL-2017-03-07/listing.html)
 
Place of Performance
Address: Federal Communications Commission, Washington, District of Columbia, 20554, United States
Zip Code: 20554
 
Record
SN04846082-W 20180309/180307231558-91c891e97b830cad767510e32dad9b33 (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.