Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 01, 2013 FBO #4360
SOURCES SOUGHT

66 -- Relativistic Electron Tube

Notice Date
10/30/2013
 
Notice Type
Sources Sought
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
MICC - 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-14-R-RLTN
 
Response Due
11/8/2013
 
Archive Date
12/29/2013
 
Point of Contact
Bernadette Quevedo, 575-678-2981
 
E-Mail Address
MICC - White Sands Missile Range
(bernadette.t.quevedo.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a sources sought announcement only and is not an intent to procure. A solicitation is not available at this time and any requests for a solicitation will not receive a response. The Survivability, Vulnerability, & Assessment Directorate (SVAD) on White Sands Missile Range (WSMR) is conducting market research to determine the capability of businesses in regards to the design, manufacture, and testing process for a Relativistic Electron Tube (Reltron Tube). A Reltron Tube is a device used to generate high power pulsed microwaves by accelerating electrons to relativistic speeds. The Reltron Tube (Tube 5) needs to operate in the 1350-1700 MHz frequency band in support of the High Power Microwave (HPM) test facility. In order to perform HPM testing in the above listed frequency range, SVAD requires this tube to be designed, manufactured and tested prior to its delivery to WSMR. This frequency band is currently considered a test gap of the HPM test facility and needs to be acquired in order to provide a realistic HPM threat environment to its customers. The three main parts associated with Tube 5 are the Injector Region with Cathode, Modulating Cavity, and Accelerating Region with Beam Dump. Tube 5 specifications consist of a frequency range selectable from 1350-1700 MHz. Peak Power should be a nominal 170 MW, as calculated to produce a radiated field of 50 kV/m at 15 meters from the face of a horn antenna. The Illumination Area needs to cover 12 square meters @ 15 meters. For the RF pulse width, WSMR has a goal of 220 cycles. This limitation is set by the 500 ns pulse width of the government owned pulsed power drivers, under impedance-matched conditions, minus the rise time of the RF modulation envelope which was typically 80-100 ns in the beam-stick tests. 550 MHz has cycle time of 1.82 nsec. Reltron Tubes commonly produce X-ray energy created by bremsstrahlung radiation of the decelerating electrons. Because of this by-product, Tube 5 will need to meet the Department of the Army Radiation Safety Program Pamphlet 385-24. The extent of the X-RAY shielding requirements will be dependent on the radiological dose rates produced by the Reltron Tube. The thicknesses of the lead shielding surrounding this Reltron Tube will need to attenuate the X-ray exposure within the standard maximum worker-allowed radiation level. The Tube 5 design needs to adapt and be interchangeable within WSMR's test bed. The vendor will need the resources to complete the required design, manufacture, and testing process of tube 5 prior to its delivery to WSMR. The specific tasks that the vendor shall perform are: Design of output section Fabricate output section Assemble the output section The fully assembled output section will be quote mark delivered in place quote mark Purchase directional coupler and transmission waveguide required for tests Integrate the output section onto Tube 5 quote mark beam-stick quote mark Test Tube 5 on Reltron test bed Characterize tube 5 performance in single shot mode across frequency band (measurement of peak power and pulse width in transmission waveguide using directional coupler) Determine repetition rate capability of Tube 5 with a goal of achieving 5 Hz operation Provide a test report with the demonstrated peak power and RF pulse width described in section 2 Pre-delivery acceptance testing witnessed by WSMR personnel at vendor facility The Reltron Tube will be packaged and shipped for final performance testing at WSMR after Pre-delivery acceptance is complete. Tube 5 installation by WSMR/SVAD personnel in Gov't owned platform Final performance testing conducted at WSMR HPM facility by SVAD personnel The estimated period of performance for this SOW is 12 months from contract award date. Each potential source shall give a brief description of their ability to produce the Reltron Tube and provide design, manufacture and test procedures for the Reltron Tube. This description should include a demonstration that the source: has adequate financial resources to perform the contract, or the ability to obtain them; be able to comply with the required or proposed delivery or performance schedule, taking into consideration all existing commercial and governmental business commitments; has a satisfactory record of integrity and business ethics; has the necessary organization, experience, accounting and operational controls, and technical skills, or the ability to obtain them; and has the necessary production, construction, and technical equipment and facilities, or the ability to obtain them. Each potential source is also requested to provide the contract number(s), dollar value(s) and brief description of work previously or currently being performed, which specifically demonstrates the contractor's ability to successfully satisfy the requirements of the Reltron Tube. Firms shall also provide point of contact information where available for the efforts cited above. All responses to this sources sought are limited to twelve pages and must include the following additional information: name and address of firm, commercial activity/government entity (CAGE) code, business size and status, point of contact name, title, phone, and email. Interested sources shall submit all replies by email to bernadette.t.quevedo.civ@mail.mil no later than 1300 MST on November 8, 2013. Acknowledgement of receipt will not be made. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS SOURCES SOUGHT OR TO OTHERWISE PAY FOR THE INFORMATION SOLICITED. This request for information is for planning purposes only and shall not be considered as an Invitation for Bid (IFB), Request for Quotation (RFQ), or Request for Proposal (RFP), or as an obligation on the part of the Government to acquire any products or services. Your responses to this sources sought will be treated as information only. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses to this sources sought or Government use of such information. The Government reserves the right to reject, in whole or part, any contractor input resulting from this sources sought. The information resulting from this sources sought may be included in one or more RFP's, which may be released via the FEDBIZOPS portal.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0dc52a24472043510073184176d206e9)
 
Place of Performance
Address: MICC - White Sands Missile Range Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street White Sands Missile Range NM
Zip Code: 88002-5201
 
Record
SN03224720-W 20131101/131030234048-0dc52a24472043510073184176d206e9 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.