|
COMMERCE BUSINESS DAILY ISSUE OF JULY 2,1996 PSA#1628NISE East Charleston, Contracts Division, 4600 Marriott Dr., N.
Charleston, S.C. 29406-6504 66 -- FURNISH 500 WATT OUTPUT RF AMPLIFIERS (2-18 GHZ) SOL
N65236-96-R-0213 DUE 073196 POC Contact Kendra Blanks, Code 1113KB,
(803)743-4840/Contracting Officer, Paulette Dillard. This is a combined
synopsis/solicitation for commercial items prepared in accordance with
the format in FAR 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 -- Subject solicitation number
N65236-96-R-0213 is issued as a request for proposal (RFP) -- The
solicitation document and incorporated provisions and clauses are those
in effect through Federal Acquisition Circular 90-37 -- Subject
procurement is not a small business set-aside, however, the SIC Code is
3829, with a small business size standard of 500 employees -- The
contract line item numbers (CLINs), item descriptions, and quantities
for the subject procurement are as follows: CLIN 0001 - RF POWER AMP
500 WATTS CONTINUOUS 2 to 4 GHz - Quantity 1, CLIN 0002 - RF POWER AMP
500 WATTS CONTINUOUS 4 to 8 GHz - Quantity 1, and CLIN 0003 - RF POWER
AMP 500 WATTS CONTINUOUS 8 to 18 GHz - Quantity 1 -- The specification
requirements for the 500 WATT RF HIGH POWER AMPLIFIERS (2-18 GHz) are
set forth below. The system shall operate between 2 GHz to 18 GHz. It
will be used for radiated susceptibility tests. Any power amplifiers
that meet the minimum specifications listed below are acceptable.
TECHNICAL BACKGROUND: The contractor shall provide 500 watt RF power
amplifiers (not to exceed three units/amplifiers, i.e., 2-4 GHz, 4-8
GHz, and 8-18 GHz) of all new parts, components, and materials. Each
amplifier shall have the following minimum salient features: Frequency
Range: 2 GHz to 18 GHz (consist of a maximum of three amplifiers,
i.e., 2-4, 4-8, and 8-18 GHz), VSWR Tolerance: 2:1 Max, Power Supply
Voltage: 208V, 60 Hz, 3 phase, Continuous Power: not less than 500
watts, Power Output Stability: 0.3 dB Max at 100 millisecond interval,
Bandpass Flatness: a) +/-2 dB or better (2-4 GHz), b) +/-4 dB or
better (4-18 GHz), Minimum Gain: 57 dB, Gain Stability: 0.3 dB Max at
1 hour period, Phase Stability: +/- 1.5 degree Max peak-peak, Maximum
Input: 0 dBm (it is expected that the unit will be equipped with a
drive amplifier), Spurious Emission: equal to -50 dBc or better, Noise
Figure: 37 dB Max, Input Impedance: 50 ohms, Output Impedance: a) 50
ohms (2-8 GHz), b) 50 ohms (8-18 GHz) also other output impedance is
acceptable if the output connector is a waveguide, Input/Output
Connector: a) Input: Precision N type female, b) Output: Precision N
type female SC high frequency, high power connector (for 8-18 GHz model
WRD750 waveguide or equivalent is also acceptable, however, waveguide
is preferred to a high power, high frequency N-type female connector),
Environmental: a) Operating Temperature: (1) +126( F Max, (2) 0( F
Min, b) Relative Humidity: (non-condensing) 95% Max, Cooling: Self
contained, air cooled, Reverse Power Monitor: The amplifier shall have
a monitor for monitoring the reverse power, Amplifier Protection:
Shall be self protected against any load mismatches (up to 100%
reflected power), Dimensions (WxHxD): Not to exceed 19 x 22 x 30 inches
per unit, Weight: Not to exceed 290 lbs per unit, Input Isolator: The
amplifier shall have an input isolator, Cabinet Mounting: The amplifier
shall fit in standard rack cabinet and the amplifier shall have at
least two handles on the sides for easy carrying use, Remote Control:
The amplifier shall be capable of remote control, IEEE-488 Bus: Used
for remote control of the unit and the transfer of data to a computer.
The connector shall be standard IEEE-488 female, RF Sample Ports:
Shall have both the forward and reverse power sample ports for
monitoring the forward and reflected power. TECHNICAL DATA: The
contractor shall provide a Commercial Operator Manual and Commercial
Repair Technical Manual. WARRANTY: In accordance with FAR 12.404(b),
offerors are required to offer the Government at least the same
warranty terms, including offers of extended warranties, offered to the
general public in customary commercial practice. However, the minimum
warranty period shall be twelve (12) months -- A firm-fixed price type
contract will be awarded, with a required delivery/performance
schedule, for each CLIN, of 120 days after contract award -- All items
are to be furnished FOB Destination to: Receiving Officer (N65236),
Naval Command, Control and Ocean Surveillance Center, In-Service
Engineering, East Coast Division (NISE East), 1639 Avenue ''B'' North,
North Charleston, SC 29405-1639 -- Inspection and acceptance shall be
accomplished at destination, by the receiving activity -- The
provision at FAR 52.212-1, Instructions to Offerors-Commercial Items,
applies to this acquisition -- Award of the contract resulting from
this solicitation will be made to the responsible offeror whose offer
conforms with all the requirements of the solicitation and whose
proposal reflects the lowest cost or price. The Government reserves the
right to eliminate from further consideration those proposals which are
considered non-responsive. An offeror must quote on all items in this
solicitation to be eligible for award. The Government intends to make
a single award to the acceptable offeror whose total offer on all items
is the most advantageous to the Government, on the basis of lowest cost
or price -- Offerors are required to include a completed copy of the
provision at FAR 52.212-3, Offeror Representations and
Certifications-Commercial Items, with its offer -- Additional clauses
which apply to the subject acquisition include 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, which incorporates the additional FAR clauses
cited as follows: 52.203-6, Restrictions on Subcontracting Sales to
the Government, with Alternate I, 52.203-10, Price or Fee Adjustment
for Illegal or Improper Activity, 52.219-8, Utilization of Small
Business Concerns and Small Disadvantaged Business Concerns, 52.222-26,
Equal Opportunity, 52.222-35, Affirmative Action for Special Disabled
and Vietnam Era Veterans, 52.222-36, Affirmative Action for Handicapped
Workers, 52.222-37, Employment Reports on Special Disabled Veterans and
Veterans of the Vietnam Era, and 52.225-3, Buy American Act - Supplies
-- Sealed offers in original and three (3) copies for furnishing the
supplies required by the subject solicitation will be received at:
Naval Command, Control and Ocean Surveillance Center, In-Service
Engineering, East Coast Division (NISE East), 4600 Marriott Drive,
North Charleston, SC 29406-6504, or, if handcarried, in the depository
located in Building # 198, Naval Shipyard, Charleston, SC, until
3:00pm local time 07/31/96 -- All responsible sources may submit a
proposal which shall be considered -- Questions and requests for
information regarding the solicitation should be directed to Kendra
Blanks, Contract Negotiator, at (803) 743-4840. (0180) Loren Data Corp. http://www.ld.com (SYN# 0386 19960701\66-0001.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|