Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 17,1998 PSA#2033

Naval Research Laboratory, Attn: Code 3240, 4555 Overlook Ave., S.W. Washington, DC 20375-5326

A -- DIGITAL RADIO FREQUENCY MEMORY SYSTEM SOL N00173-98-R-CR04 DUE 031298 POC Alan W. Crupi, Contract Specialist, Code 3240.CR (202)767-3595 and F. Janilea Bays, Contracting Officer, Code 3240.JB 17. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation 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. This solicitation number, N00173-98-R-CR04, is issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-03 and for Defense Federal Acquisition Regulation Supplement (DFARS) through Defense Acquisition Circular 91-12. The FAR and DFAR provisions and clauses cited herein are incorporated by reference into this solicitation. This acquisition is unrestricted. The small business size standard for this acquisition is 500 employees and the standard industry code (SIC) is 3825. Contract Line Item Number (CLIN) 0001: Radar testing system, one (1) each, consisting of a digital radio frequency memory kernel, Doppler generator and associated controller (hereafter referred to as DRFM). The output of the DRFM must provide a coherent signal that simulates a target at a programmable range, range rate and Doppler frequency. The DRFM must be capable of providing at least four independent target returns. The target parameters (range, range rate and Doppler frequency) must be user programmable. The controller must provide a control interface to the DRFM kernel and Doppler generator via an industry standard VME or PC ISA data bus. The controller must permit programmable control of the DRFM kernel and Doppler generator by writing to controller registers from a computer via the standard bus. The controller, at a minimum, must permit control of the number of targets, target range and target Doppler frequency. The Doppler modulator must have the following performance characteristics: Doppler channels: at least one (1) independent source, Tuning speed: 250 ns/device, Tuning range: +/- 585.9 kHz, Tuning resolution: 0.56 Hz, Spurious: better than -- 48 dBc. The DRFM kernel must have the following electrical performance characteristics: Number of bits: eight (8), Sample rate: Up to 1000 MHz, Instantaneous BW: >450Mhz, Frequency flatness (across instantaneous bandwidth): +/- 2.5 dB, Spurious performance (based on all bits): Typical (20 MHz wide): -- 48dBc, Worse case deterministic: -40 dBc, Worse case non-deterministic: -50 dBc (input terminated), Input dynamic range: >45 dB, Modes of operation: stored and continuous, Minimum memory throughput (digital+filters=total): Continuous (pipeline): 120 ns, Stored: 170ns + 30ns = 200ns, Storage time (mem depth): 2.1 ms, Minimum delay step size: 4 ns, Delay accuracy: < 0.5 ns. The DRFM must be configured into an industry standard chassis appropriate for the data bus (e.g. VME or ISA). The DRFM must operate in laboratory, field, mobile trailer or an aircraft environment. The operating temperature range must be between 0 C to 40 C. Storage temperature range must be between -20 C to 60 C. The unit must operate in 0 to 100% (non-condensing) relative humidity. Standard commercial warranty and product documentation should be provided. The required delivery schedule is 365 days after contract award date. The contractor shall deliver the system (all shipping charges paid) and the government shall accept the system FOB destination, Naval Research Laboratory, Washington, DC 20375. Offerors are advised to propose in accordance with the provision at FAR 52.212-1 Instructions to Offerors -- Commercial Items. There are no addenda to the provision FAR 52.212-1. Offerors will be evaluated in accordance with FAR 52.212-2 Evaluation -- Commercial Items. The specific evaluation criteria under paragraph (a) of FAR 52.212-2 are: (1) technical capability of the item offered to meet NRL's need, (2) price and (3) past performance. Technical and past performances, when combined, are of equal importance compared to price. Offerors are advised to include with their offer a completed copy of the following provisions; FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items, DFARS 252.212-7000 Offeror Representations and Certifications -- Commercial Items and DFARS 252.225-7000 Buy American Act -- Balance of Payments Program Certificate. The following FAR clauses apply to this solicitation: FAR 52.212-4 Contract Terms and Conditions -- Commercial Items with no addenda and FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. The additional clauses cited under FAR 52.212-5 that are applicable to this solicitation are: FAR 52.203-6, FAR 52.203-10, FAR 52.219-8, FAR 52.222-26, FAR 52.222-35, FAR 52.222-36, and FAR 52.222-37. The clause at DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items applies to this acquisition. The additional clauses cited under DFARS 252.212-7001 that are applicable to this acquisition are: DFARS 252.225-7012, 252.227-7015 and 252.225-7001. Any contract awarded as a result of this solicitation will be a DO rated order certified for national use under the Defense Priorities and Allocations System (DPAS) (15 CFR 700). Offers must be delivered to: Contracting Officer, Code 3240.CR, Building 222, Room 115A, Naval Research Laboratory, 4555 Overlook Avenue, SW, Washington, Dc 20375-5326. Offers must be received no later than 4:00 P.M. E.S.T. on 12 March 1998. The package must be identified as: RFP N00173-98-R-CR04, Closing Date: 3/12/98. For information regarding this solicitation contact Alan W. Crupi, Contract Specialist, at (202) 767-3595. (0042)

Loren Data Corp. http://www.ld.com (SYN# 0001 19980217\A-0001.SOL)


A - Research and Development Index Page