|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 2,1998 PSA#2003Crane Division, Code 1165, Naval Surface Warfare Center, 300 Highway
361, Crane, IN 47522-5001 66 -- RF POWER STANDARD CALIBRATOR SOL N00164-97-Q-0062 DUE 010698 POC
Ms. Phyllis Hoggatt, 812-854-3688/Contracting Officer, Ms. Mary Sheetz,
812-854-3716 E-MAIL: Click here to reach POC, hoggatt_p@crane.navy.mil.
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 quotation; quotes are being requested and a
written quote will not be issued. The Quotation incorporates provisions
and clauses in effect thorugh Federal Acquisition Circular
90-45.Request for quotes are being solicitated on a full and open
competition basis using Brand Name or Equal, in accordance with the
following salient Characteristics in order to award a firm-fixed price
purchase order. If proposing on other than Brand Name provide
manufacturer and P/N. CLIN 0001: 1 ea, RF Power Standard Calibrator
System, Argo Systems Inc. P/N: AS1210/option-1DB/STE, which shall
include the following: an IEEE 488 remote control interface, the unit
shall include a 6 foot IEEE interface cable, ARGOSYSTEMS model 117219,
or equal. This cable shall be compatible with all unitcomponents. The
unit shall have a impedance matching network, ARGOSYSTEMS model
145733, or equal. This network shall be compatible with all unit
components and compatible with WEINSCHEL ENGINEERING models VM-4 and
VM-24. The unit shall include two precision RF low loss cables,
ARGOSYSTEMS model 125547 or equal. This cable shall be compatible with
all unit components. The unit shall include a transit case,
ARGOSYSTEMS model 127760, or equal. This case shall be compatible with
all unit components. The unit shall be supplied with a calibration
certificate that is tracable to NIST.Salients are as follows: 1. The
control system shall be based on an 8 bit microprocessor. 2.
Microprocessor software shall be stored in a socket mounted EPROM. 3.
There shall be a method of storing calibration coefficients of the unit
for long term use. This data shall be readily changed in the field, as
needed. 4. The unit shall have a minimum of two subsystems, a
narrowband and a wideband. 5. The narrowband subsystem shall have a
minimum of two output frequencies, 1.25MHz and 30MHz. 6. The 1.25Mhz
output signal spurious level shall be a maximum of 30dBc. 7. The output
power accuracy of the 1.25MHz signal shall have a maximum error of +/-
0.5dB at the +10dB level. 8. The maximum output power attenuation
uncertainty (referenced to +10dB) of the 1.25MHz signal shall be a
maximum as follows: a.-30 to +21 dBm in 1 dB steps +/- 0.2 dB; b. -10
to -10.990 dBm in 0.01 dB steps +/- 0.003 dB; c.-30 to -100 dBm in 1dB
steps +/- 0.200 dB +/- 0.005 dB/1dB step. 9. The output level
stability of the 1.25MHz signal shall have a maximum error of +/-
0.001dB. 10. The VSWR at the 1.25MHz signal input connector shall be a
maximum of 1.5:1. 11. The VSWR at the 1.25 MHz signal output connector
shall be a maximum of 1.01:1. 12. The 30MHz output signal spurious
level shall be a maximum of 43 dBc. 13. The output power accuracy of
the 30 MHz shall have a maximum error of +/- 0.8 dB. 14. The output
power attenuation uncertaintly (referenced to 10 dBm) of the 30MHz
signal shall be maximum as follows: a. -10 to +21 dBm in 1 dB steps +/-
0.004 dB; b. -10 to -10.990 dBm in 0.01 dB steps +/- 0.003 dB; c. -4 to
-70 dBm in 1 dB steps +/- 0.004 dB + 0.0001 dB/1 dB step; d.-71 to -100
dBm in 1 dB steps +/- 0.005 dB + 0.0002 dB/1 dB step. 15. The maximum
precision of 6 dB step repeatability error of the 30MHz signal shall be
+/- 0.005 dB. 16. The output level stability of the 30MHz signal shall
have a maximum error of +/- 0.002 dB. 17. The 30Mhz signal output VSWR
shall be a maximum of 1.05:1. 18. The 30MHz signal input VSWR shall be
a maximum of 1.5:1. 19. The input and output connectors shall be
precision female type-N. 20. The narrowband subsystem input and output
inpedance shall be 50 ohms each. 21. The wideband subsystem shall have
a minimum frequency range of 10MHz to 18GHz. 22. The wideband subsystem
shall have the following maximum input power requirements: 0.01 to 2
GHz +4 dBm, 2 to 8 GHz +7dBm, 8 to 18 GHz +8dBm. 23. The wideband
subsystem shall have a fixed level output with minimum outputs as
follows: frequency 10,50,500,1000MHz, level 10 dBm +/- 0.11 dB,
frequency 1 to 2GHz with 50MHz steps, level 10 dBm +/- 0.10 dB,
frequency 2 to 4Ghz with 100MHz steps, level 10 dBm +/- 0.10 dB,
frequency 4 to 8GHz with 200MHz steps,level 10 dBm +/- 0.11 dB,
frequency 8 to 12.4GHz with 200 MHz steps, level 10 dBm +/- 0.14 dB,
frequency 12.4 to 18 GHz with 250 MHz steps, 10 dBm +/- 0.14 dB. 24.
The wideband subsystem fixed level output shall have a maximum VSWR of
1.15:1. 25. The wideband subsystem shall have a variable level output
with a minimum range of 0 to -110 dBm in 10 dB +/- 1 dB steps. 26. The
variable level output shall have a maximum precision 6 dB step
repeatability error of +/-0.002 dB. 27. The variable level output shall
have a maximum VSWR of 1.3:1. 28. The wideband subsystem shall have 50
ohm input and output impedance. 29. The wide band subsystem shall have
precision type N input and output connectors. Delivery is 60 days after
award. Delivery shall be FOB Destination to Naval Surface Warfare
Center, Crane Div. 300 Hwy 361, Crane, IN 47522-5001.The following
provisions apply to the solicitation: FAR 52.212-1, Instructions to
Offerors-Commercial Items applies. Addenda to FAR 52.212-1.Paragraph
(h): Delete. Replace with: Single Award. The Government intends to
award a single contract resulting from this solicitiation.Add paragraph
(j) offers may be faxed to 812-854-3465 or 812-854-5666.FAR 52.212-3,
Offerors Representations and Certifications-Commercial Items -- Quoters
MUST include a completed copy of the provision at 52.212-3 and return
with offer. FAR 52.212-4, Contract Terms and Conditions-Commercial
Items applies.addendum to FAR 52.212-4.Paragraph (O): added:
additionally, the Government will accept the Contractor's commercial
warranty. (provide a copy of contractors standard commercial
warrenty.)52.212-5, Contract Terms and Conditions Required to Implement
Statutes or Executive Orders-Commercial Items (other applicable
clauses)52.203-10, 52.219-8, 52.222-26, 52.222-35, 52.222-36,
52.222-37, 52.219-1, 52.219-6, Contract Terms and Conditions required
to Implement Statutes or Executive Orders Applicable to Defense
Acquisitions of Commercial Items., (other applicable clauses 52.243-1,
52.247-34, 252.211-7003. DPAS rating is DX-C9E. Offers are to be
submitted to NAVSURFWARCENDIV CRANE, CODE 1165Z9, BLDG 64, 300 HIGHWAY
361, CRANE, IN 47522-5001 OR FAXED TO 812-854-3465 no later than 6 JAN
1998 2:00 EST. SIC code 3825, 500 employees. Note 1 applies. (0364) Loren Data Corp. http://www.ld.com (SYN# 0159 19980102\66-0005.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|