SOLICITATION NOTICE
61 -- Combined Synopsis/Solicitation for Time Distribution
- Notice Date
- 8/9/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- 4301 Pacific Highway Bldg OT4 Code 02, San Diego CA 92110-3127
- ZIP Code
- 92110-3127
- Solicitation Number
- N00039-04-Q-0021
- Response Due
- 8/19/2004
- Archive Date
- 9/18/2004
- Point of Contact
- Point of Contact - Heidi L Radaford, Contract Specialist, 619-524-7386; Heidi L Radaford, Contracting Officer, 619-524-7386
- E-Mail Address
-
Email your questions to Contract Specialist
(heidi.radaford@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation prepared in accordance with FAR Part 12.603 and is issued as a Request for Quotation (RFQ). The Government intends to award on a full and open competition basis. The items listed below are specifications for the Austron Chassis Time Distribution Replacement. This order will be firm-fixed price to be delivered 30 days after receipt of award. Require two of the following units to replace the Austron chassis and seven cards that are used in the Austron chassis. One unit would be used for the automatic fail over switching and distribution of the 5 MHz signals that are generated from existing Agilent Cesium Beam Frequency Standards. The other unit would be used for the automatic fail over switching and distribution of the IRIG-G (100 kHz) time codes that are generated from existing TrueTime GPS Time and Frequency receivers. Since the time and frequency distribution system does not have a redundant backup and is therefore a possible single point of failure, we suggest that there be an additional unit purchased per system. Since both the time and frequency distribution units are identical, one spare on site would be sufficient to recover from the failure of one of these units. Each station would require three units (one for time, one for frequency, and one ready spare). Purchase six additional spares bringing the total number of units to 27 (7X3+6). The units cannot combine both the 5MHZ signal the IRIG-G time code into one chassis, there must be 60 dB of isolation of these signals to prevent any possible interference. The units should be identical, with configuration differences limited to jumpers and/or software configurable parameters. Automatic fail over switch and distribution specifications 1. AC Power a. 120 VAC b. 60 Hz 2. Signal Inputs a. 0-6 Vp-p b. DC-10 MHz c. Input impedance 50 ohms d. Analog inputs e. 2 non-switched inputs with 3 outputs each f. 2 fail-safe configured inputs with 4 outputs 3. Analog Signal Outputs a. 1 to 3 Vp-p matched into 50 ohms or 1 to 6 Vp-p unloaded b. DC-10 MHz 4. Output Impedance a. 50 Ohms 5. Gain a. Adjustable output (1 to 6 Vp-p unloaded) 6. Distortion (Total harmonic at 10M~, 3 Vp-p into 50 ohms) a. Less than 0.5% b. Spurs less than 60 dBc above 1kHz 7. Crosstalk a. Input channel to any other channel at 10MHz less than 40 dB 8. Reverse Isolation a. Channel to channel at 10 MHz greater than 60 dB of isolation 9. Control inputs/outputs a. RS-232 serial control b. User selectable fail-safe input select by both the front panel and remote RS-232 I/O c. Loss threshold ranges 0.1 to 2.5 Vp for each channel d. Activity time-out range from 300 nanoseconds to 300 seconds e. Loss thresholds and activity time-out for each cannel independently programmable 10. Controls a. Push-button switches to select channel 1, channel 2, or auto-transfer of the fail-safe inputs. b. Push-button for reset of alarm condition c. Toggle switch to control power to the unit 11. Indicators a. Front panel power visual indicator b. Front panel alarm visual indicator c. Front panel fail-safe signal selected visual indicator d. Front panel visual status indicators for all channels e. Audible alarm indicator 12. Connectors a. All connectors located on rear of the unit b. Power input connector, IEC three pin male c. Signal input/output connectors, BNC female d. RS-232 connector, DB-9 e. Alarm status contact closure 13. Size and Configuration a. Chassis, 1 ?" H, <24" D b. Mounting ears, Standard nineteen inch equipment cabinet Delivery: FOB Destination ? SPAWARSYSCEN Charleston While price is a significant factor, award will be made based on technically acceptable, responsive, responsible bids. This synopsis incorporates provisions and clauses at FAR 52.212-1, Instruction to Offerors ? Commercial Items, FAR 52.212-4 Terms and Conditions ? Commercial Items. It is the offeror's responsibility to be familiar with all applicable clauses and provisions. The full text of the Federal Acquisition Regulation (FAR) may be accessed at: http://farsite.hill.af.mil/. All interested parties are requested to provide written response to this synopsis via email to Heidi Radaford, heidi.radaford@navy.mil or electronic submission no later than 19 August 2004, 10:00 am PST. The RFQ's shall include the following: (1) Name and address of offeror (2) Name, telephone and email address of point of contact (3) Type of Business (i.e., small business, GSA (if GSA, provide number), etc.) (4) DUNS number and CAGE code (5) Price (6) Complete copy of provision at FAR 52.212-3 Note: 22 ******************
- Web Link
-
Click on this link to access the SPAWAR Solicitation Page
(https://e-commerce.spawar.navy.mil/command/02/acq/navhome.nsf/homepage?readform&db=navbusopor.nsf&whichdoc=8CA69E983173ADCB88256EEB005FA970&editflag=0)
- Record
- SN00639963-W 20040811/040809212711 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |