SOURCES SOUGHT
16 -- VORTEX GROUP B Amps for MQ-9
- Notice Date
- 7/23/2012
- Notice Type
- Sources Sought
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218
- ZIP Code
- 45433-7218
- Solicitation Number
- FA8620-10-G-3038-0079
- Archive Date
- 8/24/2012
- Point of Contact
- Rae R Beeman, Phone: 937-785-6975, Michael Bednarek, Phone: 937-785-4579
- E-Mail Address
-
Rae.Beeman.ctr@wpafb.af.mil, Michael.Bednarek.ctr@wpafb.af.mil
(Rae.Beeman.ctr@wpafb.af.mil, Michael.Bednarek.ctr@wpafb.af.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT NOTICE seeking the interest of potential and eligible contractors in a Firm Fixed Price Contract for the VORTEX Group B Amplifiers for MQ-9. Information is being collected from all potential sources at this time. Firms responding should indicate whether they are a large business, small business, small disadvantaged business (SDB), woman-owned small business (WOSB), 8(a) certified small disadvantaged business (SDB), service disabled veteran-owned small business (SDVOSB), veteran-owned small business, or historically underutilized business zone small business (HUBZone SB). The North American Industry Classification Systems (NAICS) code for this action is 336413, Other Aircraft Part and Auxiliary Equipment Manufacturing, with a size standard of 1000 employees. Please indicate number of employees relative to the standard of 1000 employees. All prospective contractors must be registered in the Central Contractor Registration (CCR) database to be awarded a DoD contract. No set-aside decision has been made. Note that a key factor in determining an acquisition to be a small business set-aside, is the small business prime contractors must perform at least 50% of the effort, as defined in the Federal Acquisition Regulation (FAR) clause, 52.219-14, Limitations on Subcontracting. Additionally, firms having a GSA schedules should indicate their GSA schedule number in their response. CAPABILITIES PACKAGE: All interested firms should submit packages that outline their capability to provide the required item. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the requirements. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. The response must not exceed 10 pages. Submit capability packages via email to Rae.Beeman.ctr@wpafb.af.mil. This sources sought synopsis is for information and planning purposes only and does not constitute a solicitation and is not to be construed as a commitment by the Government. Responders are advised that the U.S Government will not pay for any information or administrative costs incurred in response to this Sources Sought Synopsis; all costs associated with responding to this Sources Sought Synopsis does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on Federal Business Opportunities (FedBizOps) at https://www.fbo.gov. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. BACKGROUND: The Aeronautical Systems Center (ASC), Medium Altitude UAS Division, ASC/WIIK is issuing this Sources Sought Notice to identify potential sources that may possess the technical data, expertise, capabilities, and experience to support and deliver the VORTEX Group B Power Amplifiers for the MQ-9. The work to be performed is as follows: Contractor shall provide all parts, labor, tools, equipment, personnel and transportation necessary to provide an amplifier per the description below. DESCRIPTION: Amplifiers will increases RF input signals from levels between -15 and +10 dBm to as much as 20 watts. Four amplifiers cover the following frequency ranges: Frequency Range / P1 dB: UHF - 400 to 470 MHz P1 dB = 20 W minimum L/S-band - 1710 to 1850 MHz & 2200 to 2400 MHz P1 dB = 20 W minimum C-band - 4400 to 5000 MHz & 5250 to 5850 MHz P1 dB = 15 W minimum Ku-band - 14.4 to 15.35 GHz P1 dB = 10 W minimum RF Input Level: 0 dBm -15, +10 dB Input/Output VSWR: 2.0 maximum Maximum Input Level: +15 dBm - no damage Spurious/Harmonics: MIL-STD-461E Output Protection: Open or Short protection on all amplifiers DC Power: +28 +4 VDC @ 7.5 A maximum, reverse polarity protected Size: 6.0 X 6.2 X 1.75 inches Weight: 5 lbs. maximum Connectors RF Input: SMA Female RF Output: 4 each SMA Female Outputs (UHF, L/S, C, and Ku-band) DC Power: DT02-H-8-4P Interface: DJT02H-12-35PN Environmental: Temperature: -20 to +70 degrees C, Over temperature Protected Humidity: MIL-STD-810F method 507.4 (non condensing) Altitude: Sea Level to 70,000 feet Vibration: 4.12 g rms Shock: 20 g terminal sawtooth 9 msec. Immersion: 1 meter, 30 minutes Rain: MIL-STD-810F Method 506.4, Procedure I Sand and Dust MIL-STD-810F Method 506.4, Procedure II (Bowing Sand)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8620-10-G-3038-0079/listing.html)
- Record
- SN02812487-W 20120725/120724000152-8bbfc5438eb8e3443505222a7ae718c8 (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 |