SOLICITATION NOTICE
59 -- 80MHZ to 1000 MHZ High Power Amplifier System for the Electronic Proving Ground (EPG), Fort Huachuca, Arizona 85613-7063
- Notice Date
- 7/30/2007
- Notice Type
- Solicitation Notice
- NAICS
- 335311
— Power, Distribution, and Specialty Transformer Manufacturing
- Contracting Office
- ACA, White Sands Missile Range, Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street, White Sands Missile Range, NM 88002-5201
- ZIP Code
- 88002-5201
- Solicitation Number
- W9124Q-07-R-EPGAAR
- Response Due
- 8/6/2007
- Archive Date
- 10/5/2007
- 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; proposals are being requested and a written solicitation will not be issued. The Electronic Proving Ground, Fort Huachuca, Arizona is soliciting proposals for the following requirement: 80 MHz to 1000 MHz High Power Amplifier; a Power Amplifier system that is rat ed to 3600 to 4000 watts (minimum) with a minimum frequency coverage of 80 MHz to 1000 MHz (it is okay to exceed these frequency either up or down). Technical requirements: 1000 watts Final Step. The 1000 watt RF High Power Amplifier (HPA) will be a self-contained, air-cooled, broadband, completely solid-state amplifier to develop fields in both anechoic chamber and in an open field test site this 1000 watt HPA will be housed in a single equipment rack and will provide a complete stand-alone performan ce for testing. HPA will be of a design that provides low distortion and is stable across the frequency range. Input signals will be from signal generators that are both swept and stepped through the frequency band. Amplifier will be able to be controlle d either locally or by remote. The amplifier display will provide extensive control and status reporting capability. The digital display will provide operational presentation of Forward Power and Reflected Power plus control status and reports of internal amplifier status. Also features will include a gain control, internal/external automatic level control (ALC) with front panel control of the ALC threshold, pulse input capability and RF output level protection. HPA will provide a RF detector that provides an output for use in self-testing or operational modes. All HPA control functions and status indications are available remotely in GPIB / IEEE-488 format and RS-232 hardware, and fiber optic. There will be a key lock on the front panel of the HPA. The H PA will be configured such that the system can be added to in an incremental fashion to become a part of the higher power unit. The HPA must operate as a stand alone amplifier or in tandem with other HPAs and a controller/combiner to generate the ultimat e goal of 3600 to 4000 watts minimum. Supplier must provide production data that will address the expansion of the system to demonstrate 3600W capability when using additional HPAs. Supplier must provide production data on previous shipments of HPA to d emonstrate 1000W capability and discussion of what is required for using and ordering. Purchase also must include the 4 amplifier combiner; REQUIRED SPECIFICATIONS: Minimum 3 year warranty. Minimum RATED OUTPUT POWER 1000 watts; INPUT FOR RATED OUTPUT 1.0 milliwatt maximum; POWER OUTPUT @ 3 dB compression: Nominal 1150 watts, Minimum .850 watts; FLATNESS .? 2.0 dB, ? 0.8 dB with internal leveling; Minimum FREQUENCY RESPONSE 80 - 1000 MHz instantaneously; Minimum GAIN 60 dB minimum; Gain Adjustment; INPUT IMPEDANCE 50 ohms, VSWR 2.0:1 maximum; OUTPUT IMPEDANCE 50 ohms, VSWR 2.0:1 typical maximum; MODULATION CAPABILITY AM, FM, or Pulse modulation; HARMONIC DISTORTION Minus 20 dBc maximum at 800 watts; RF POWER METER .0 - 1200 watts full scale; PRIMARY POWER 200 - 240 VAC, Delta Connected (4 wire), 50/60 Hz, 3 phase, 12kVA Maximum; CONNECTORS: RF Input .Type N female front panel; RF Output Type 7/16 female 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; COOLING Forced air (self contained fans- continuous operation for minimum of 16 hours). FOB DESTINATION: Fort Huachuca, Arizona. Payment will be made by Government credit card under Net 30 Terms. Offers are due no later than 12 noon, Mountain Standard Time, Monday, 6 August 2007. Offers shall be submitted electronically at: Carmen.simotti@epg.army.mil. EVALUATION CRITERIA/PROCEDURES: Offers will be evaluated based on the following best value criteria in descending order of importance: Meeting the requirement, Proposed Delivery Schedule, Past Performance, and Price. The result of the award will be posted in Fedbizopps(http://www.fbo.gov/) under Awar d Notices. Questions pertaining to the Award Notice must be submitted in writing. For additional information, contact Carmen M. Simotti, Contract Specialist, at (520) 533-8189 or carmen.simotti@epg.army.mil. The synopsis/solicitation document and incorp orated provisions and clauses are those in effect through Federal Acquisition Circular 2005-16. This is a full and open competitive procurement.. The NAICS code is 335311. The solicitation is issued as a request for proposal (RFP) and will be awarded as a firm-fixed-price. All Electronic and Information Technology will be Section 508 of the Rehabilitation Act of 1973 compliant. The following FAR provision 52.212-1, Instruction to Offerors Commercial items, applies to the acquisition. FAR provision 52.2 12-2, Evaluation of Commercial Items, applies to the acquisition (See evaluation criteria above). Offerors shall include a completed copy of FAR provision 52.212-3,Offeror Representations and Certifications Commercial Items, and furnish Offeror's Tax Ident ification Number, CAGE Code, Central Contractor Registration Number, DUNS Number, and applicable FSC Codes with its offer. FAR clauses 52.212-4, Contract Terms and Conditions Commercial Items and 52.212-5, Contract Terms and Conditions Required Implementin g Statutes or Executive Orders Commercial Items apply to this acquisition. FAR clause 52.219-8, Utilization of Small Business Concerns apply. The government reserves the right to select for award, all, some, or none of the proposals received in response t o this announcement.
- Place of Performance
- Address: ACA, Southern Region, Electronic Proving Ground (EPG) Banister Hall, SFCA-SR-WS, 2000 Arizona Street Fort Huachuca AZ
- Zip Code: 85613-7063
- Country: US
- Zip Code: 85613-7063
- Record
- SN01356470-W 20070801/070730221753 (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 |