SOLICITATION NOTICE
59 -- Electrical and Electronic Equipment Components
- Notice Date
- 2/21/2006
- Notice Type
- Solicitation Notice
- Contracting Office
- N00178 17320 Dahlgren Road Dahlgren, VA
- ZIP Code
- 00000
- Solicitation Number
- N0017806R3025
- Response Due
- 2/28/2006
- Archive Date
- 4/15/2006
- Description
- This combined synopsis/solicitation is being posted to both the Federal Business Opportunities (FBO) webpage located at http://www.fbo.gov and the Navy Electronic Commerce on Line (NECO) website located at http://neco.navy.mil. While it is understood that FBO is the single point of entry for posting of synopsis and solicitation to the Internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by the Navy Sea Systems Command. This is a combined synopsis/solicitation for commercial items using Simplified Acquisition Procedures in accordance with FAR 13, 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 will not be issued. The North American Industry Classification System (NAICS) Code is 334220, which has a size standard of 750 employees. The Request for Proposal reference number is N00178-06-R-3025. This requirement is set aside 100 percent for participation by small business concerns. Note 1 will apply. This requirement is for the following item or equivalent: a quantity of one AMPLIFIER RESEARCH MODEL # 1000W1000C with the following minimum salient characteristics: Rated Output Power: 1000 Watts minimum; Input For Rated Output: 1.0 milliwatt maximum; Power Output @ 3 dB compression Nominal: 1150 Watts Minimum: 850 Watts; Power Output @ 1 dB compression Nominal: 920 Watts Minimum: 700 Watts; Flatness: +/- 2.0 dB +/- 0.8 dB with internal leveling; Frequency Response: 80-1000 MHz instantaneously; Gain (at maximum setting) 60 dB minimum; Gain Adjustment (continuous range): 18dB minimum; Input Impedance: 50 ohms, VSWR 2.0:1 maximum; Output Impedance: 50 ohms, VSWR 2.0:1 maximum; Mismatch Tolerance: 100% of rated power without foldback up to 6.0:1 mismatch above which may limit to 500 watts reflected power. Will operate without damage or oscillation with any magnitude and phase of source and load impedance; Modulation Capability: will faithfully reproduce AM, FM, or Pulse Modulation appearing on the input signal; Harmonic Distortion: Minus 20 dBc maximum at 800 Watts; Third Order Intercept: 66 dBm typical; Primary Power: 200-240 VAC DELTA (4 wire); Connections: RF Input: Type N female on rear panel; RF Output: Type 7/16 female on rear panel; External Leveling Inputs: Type BNC female on front panel; Pulse Modulation Input; Type BNC female on front panel; Detected RF Output: Type BNC female on front panel; Remote Computer interface: 24 Pin female IEEE-488 (GPIB) And RS-232 connector on rear panel; Remote Computer Interface (fiber optic): ST Conn Tx and Rx RS-232; Safety Interlock: 15 pin Subminiature D on rear panel; Operate Interface: 27 pin Subminiature D on rear panel; Front Panel Indicator: RF power meter: Forward and Reflected Power; Cooling: Forced Air (self contained fans); Weight: 800 lb maximum; Size (W x H x D): 30 x! 60 x 35 in. maximum; Amplifier: shall be equipped with heavy duty caster wheels as well as eye Bolts (hoist eyes) on top of the unit to facilitate the hoisting of the Amplifier using straps in and out of transmitter vans; Manuals: 2 (two) sets of operational manuals with COMPLETE schematics and parts breakdown (part number and Manufacturer) shall be included; Warranty: Amplifier shall have Three (3) full years; Delivery 8 week ADC. All items must include the manufacturers standard commercial warranty and the description of the warranty terms and conditions must be identified in the offerors written response. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-8 dated 5 January 2006 and DFARS Change Notice 20060123. FAR and DFARS provisions/clauses may be accessed at http://www/farsite.hill.af.mil/vffara.htm. Offerors shall complete the provisions at FAR 52.212-3 entitled ?Offeror Representations and Certifications ? Commercial Items? with their quotation. The following FAR and DFAR provisions and clauses apply to this acquisition and are incorporated by reference: FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-4, Contract Terms and Conditions Commercial Items and FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders--Commercial Items (SEP 2005) (DEVIATION). The Government will award a Contract to the responsible offeror whose offer conforms to this RFP and is determined to be the most advantageous to the Government, price and other factors considered. This acquisition will result in the issuance of a firm, fixed priced contract. Offerors must be determined responsible in accordance with FAR 9.104-1 and must be registered in the Central Contractor Registry (CCR). Offerors may obtain information on registration in the CCR by calling 1-888-227-2423 or via the Internet at http://ww.ccr.gov. All items are to be priced FOB Destination to the Naval Surface Warfare Center, Dahlgren Division, Attn: Receiving Officer, 17320 Dahlgren Road, Dahlgren, Virginia 22448-5100. The closing date for receipt of quotations is 28 February 2006 at 2:00pm EST. Offers may be submitted via e-mail in Microsoft Word format to DLGR_NSWC_XDS13@navy.mil or via facsimile at (540) 653-6810, Attn: XDS13-1. Reference Request For Proposal Number N00178-06-R-3025 on all correspondence. The Naval Surface Warfare Center has implemented Electronic Commerce (EC) in the acquisition area, therefore this combined synopsis/solicitation with any applicable amendments will be available on the Worldwide Web at http://www.nswc.navy.mil/wwwDL/XD/SUPPLY/busop.htm. Hard copies will not be provided. Vendors should regularly access the NSWCDD website to ensure they have downloaded any and all amendments.
- Record
- SN00991956-W 20060223/060221212358 (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 |