|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 17,1998 PSA#2160DIRECTORATE OF CONTRACTING, CONTRACTING DIVISION, BUILDING NUMBER 2102
B, FORT GORDON GA 30905-5110 58 -- RECEIVER 20-500 (IFBW -20, 100,& 250 KHZ), MICROWAVE RECEIVER,
DEMULTIPLEXER AND OTHER RELATED EQUIPMENT. SOL DABT11-98-Q-0146 DUE
082498 POC Contract Specialist SUSANNE MEREDITH (706) 791-1822 (Site
Code DABT11) 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
solicitation is a Request For Quotation (RFQ). The solicitation number
is DABT11-98-Q-0146 for eleven line items. This announcement
constitutes the only solicitation; quotes are being requested and a
written solicitation will not be issued. The Standard Industial Code is
3663. The solicitation document and incorporated provisions and clauses
are those in effect through Federal Acquisition Circular 97-03. Part
numbers and descriptions are from Watkins-Johnson Company,
Gaithersburg, Maryland. To be considered for award, offers of "equal"
products must: (1) meet the salient, physical, functional and other
characteristics specified in this solicitation; (2) clearly identify
each line item by brand name and model number. Complete technical
description and product literature of the items being identified shall
be submitted with the offer and in sufficient detail to evaluate
capability. Descriptive literature or additional information submitted
after deadline for offers will not be considered for evaluation. The
government reserves the right to reject an offer, if offer lacks
sufficient information for evaluation. Offeror is to enter its
Commercial and Government Entity (CAGE) code and DUNS number on its
offer. Delivery is FOB destination Fort Gordon, Georgia. Line item
0001: WJ-8615P Receiver 20-500 (IFBW -- 20, 100, and 250 kHz), 2 each.
Line item 0002: 8615/FEX-16 Frequency Extender 500-1600 MHz, 2 each.
Line item 0003: 8615/WBO Wideband IF Output, 2 each. Line item 0004:
8615/IFBW (1000 & 2000 kHz), 4 each. Purchase Description for line
items 0001 through 0004: the WJ-8615P microprocessor-controlled
receiver monitors or searches from 20 to 1600 Mhz with the FEX option.
Two units, mounted side-by-side, fit into a standard 19-inch equipment
rack, occupying only 3.5 inches of vertical rack space. Fully
synthesized Local Oscillators (LO) allow accurate tuning with a 100-Hz
tuning resolution. The receiver will require IF bandwidths (IFBW) of
20, 100, 250, 1000 and 2000 kHz. The front panel has a backlit keypad
allowing for low illumination operations. The window displays signal
strength, COR threshold level, detection mode, IF bandwidth, and the
tuned frequency. Required features: (a) compact size and weight (3.5
inches H x 8.25 inches W x 19 inches D, 25 pounds); (b) selectable
detection modes of AM, FM, CW, Pulse and capability to expand to ISB;
(c) power requirements of 115/230 Vac + 15%, 47 to 63 Hz; (d)
temperature range of -15 to 75 degrees C; (e) wideband output with a
leveled 21.4 Mhz IF output signal with a constant bandwidth of at least
4.0 Mhz; (f) simultaneous output of demodulated audio and log data
formatted for 2-channel audio recorder; (g) input connectors: antenna(N
type), external reference (BNC type), and AC (3-pin IEC); (h) Output
connectors: AM/FM video (BNC type), phone (1/4 inch stereo),
Widebandand SM (BNC type), selected bandwidth 21.4 -Mhz IF (BNC type),
FM monitor (BNC type), and Logging handoff port (15-pin "D"); gain
control modes: manual, automatic, 100dB range minimum; (j) RF Input
Impedance is 50 ohms, nominal; (k) rack mountable into a standard 19
inch rack. Two units side by side; (l) COR/Squelch is with adjustable
threshold to 75 dB above the noise floor for selected IFBW; (m)
variable BFO to +/- 4 kHz in 40- Hz steps; (n) final IF rejection 21.4
Mhz at 75 dB, minimum (500 to 1600 Mhz); (o) noise figure to be no
greater than 14 dB, 500 to 1200 Mhz; (p) channel scan and lockout
capability. Line item 0005: WJ-9548 Demultiplexer, 1 each. Line item
0006: 954X. 6CH Cardset, 1 each. Line item 0007: 954X/AUD 12 Channel
Audio Out, 1 each. Line item 0008: 954X/FLX Flex demodulator, 1 each.
Line item 0009: 954X/232 Remote Interface, 1 each. Line item 0010:
8615/BR Blank Rack, 1 each. Description for line items 0005 through
0010: the WJ-9548 Digital FDM Demultiplexer is a compact, multichannel
demodulator that incorporates the accuracy and repeatability of
Digital Signal Processing (DSP). An analog tuner in the front end of
each channel demodulator permits a high-resolution analog-to-digital
(A/D) converter and a significant degree of filtering prior to the
sampling process. The WJ-9548 merges analog and digital techniques to
achieve significant performance enhancements relative to demultiplexer
implementations that are purely analog or digital. The unit fits into
a standard 19" rack. Required features: (a) Compact size and weight
(3.5"H x 8.25"W x 20"D, 20 lbs); (b) Four (4) analog basebands with an
input range of 150 Hz to 20 MHz and an input impedance of 75 ohms; (c)
power requirements of 115/230 Vac+10%, 48 to 72 Hz; (d) operating
temperature range of 0 to 50 degrees C; (e) digital output -- parallel
TDM data bus. 16-bit linearly coded VGC data with word & framing
clocks. Frequency response of 200 to 3800 Hz (-3 dB). Adjacent Channel
Rejection of 60 dB, min (at 300 & 3700 Hz). Total Harmonic Distortion
at .1% maximum; (f) analog output -- High-fidelity audio, 16-bit DAC
with 2X oversampling available in 12-channel increments. Output
impedance of 600 ohms unbalanced. Nominal output level of 1 Vrms into
600 ohms. Audio attenuation range of on all outputs of 30 dB, nominal.
Output connector is a D-type, 25 pin female; (g) tuning range of 0 to
20 MHz in 1 Hz steps; (h) build-in-test capability; (i) Gain Control
Modes: Manual or AGC; (j) tuning modes of SSG upright or inverted
spectrum; USB/LSB tuning convention selectable via internal switch; (k)
external reference should accept 1, 2, 5, or 10 MHz; plus or minus 1
PPM, 200 mV peak-to-peak minimum into a high impedance load. Should
automatically switch to external reference upon application of signal;
(l) reference output should be 10 MHz, 0 dBm nominal into 50 ohms; (m)
contain a flexible demodulator which will provide a single-channel
voice frequency demodulator capable of demodulating and decoding a
variety of Modem, VFT and FAX signal formats. This additional performs
symbol timing recovery, adaptive blind equalization, carrier recovery,
data derandomizing, and data decoding. It provides demodulated
character data via an RS-232 output port; (n) a 6-channel cardset which
consists of 6 Tuner PC assemblies, A/D converter PC assembly, and a DSP
demodulator PC assembly; (o) a 12-channel audio reconstruction which
will provide high-fidelity analog reconstruction of any 12 selected
VGCs. It also needs to provide operator-adjustable nominal output
levels of all 12 outputs over a 30 dB range; (p) selectable and
formatted scan capability; (q) remote RS-232 interface. Line item 0011,
WJ-8969C, Microwave Receiver, 1 each. Purchase description for line
item 0011: the WJ-8969C Microwave Receiver or equivalent shall include
the ability to provide Electronic Support (ES) that originates in the
super-high frequency (SHF) range. The required features of the unit
shall include: (a) be designed for receiving applications in the 0.5 to
18 GHz frequency range; (b) be a single unit that combines tuner,
demodulator and controller functions; (c) have a 70 MHz IF wideband
output with a 40 MHz minimum IF bandwidth; (d) have an operating
temperature range from 0 to 50 degrees C; (e) weight shall not exceed
53 pounds; (f) height shall not exceed 6 inches. The unit shall come
with all necessary hardware to mount into a standard 19 inch rack; (g)
shall handle power of 115, 230 VAC +/-15%, 47 to 400 Hz; (h) the unit
shall include AM, FM and Pulse demodulation detection modes; (i) come
with 6 IF bandwidth filter values of 250 kHz, 500 kHz, 750 kHz, 1 MHz,
2 MHz and 5 MHz; (j) provide manual control on the front panel to
include: manual tuning, memory scan, step and lockout programming, gain
control, IF bandwidth selection, AGC and AFC functions, and
demodulation mode control; (k) have built-in-test which monitors system
performance and automatically indicates hardware problems during
operation; (l) include an IEEE-488 remote interface for computer
control or status connection; (m) have frequency resolution in 1 kHz
steps, synthesized; (n) have manual and automatic gain control; and (o)
noise power ratio requirement 45 dB, nominal. Provisions and clauses
applicable are: FAR clause 52.212-1, Instructions to
Offerors-Commercial Items. Evaluation criteria for FAR clause 52.212-2,
Evaluation-Commercial Items is price and technical capability of the
equipment offered. Factors are equal in importance. Offerors shall
respond to FAR clause 52.212-3, Offeror Representations and
Certifications-Commercial Items, FAR clause 52.219-2, FAR clause
52.225-1, and DFAR clause 52.212-7000 and submit with the offer. FAR
clause 52.212-4, Contract Terms and Conditions-Commercial Items; FAR
clause 52.212-5, Contract Terms and Conditions Required to Implement
Statutes or Executive Orders-Commercial Items; FAR clause 52.232-33,
Electric Funds Transfer of Payment Methods, DFAR clause 52.212-7001,
and DFAR clause 52.243-7001. In accordance with Federal Acquisition
Regulation 33-103(d)(4), an alternative agency protest forum for an
independent review at a level above the contracting officer is
available to interested parties. This procedure is published on the
world wide web at http://www.tradoc.acq.army.mil/parc/ fpr.txt. Offeror
must submit remittance address, if different than mailing address. The
contractor must submit invoices prepared in accordance with FAR clause
52.212-4, for Prompt Payment in quadruplicate to the following billing
office: DFAS-Lexington, Bluegrass Station, Vendor Pay Division, PO Box
14063, Lexington, Kentucky 40512-4063. A preaward survey may include
financial resources, ability to comply with schedule and purchase
description, past performance, past record of integrity and any other
qualifications or eligibility requirements for receipt of award.
Offeror is to provide two (2) references of government or private
industry contracts of a similar nature and identify the company's
financial institution to include name, point of contact, address and
phone number. References identified are to befor contracts three years
old or less. Offers with capability statements shall be received in
the Directorate of Contracting, Contracting Division, Building 2102-B,
Fort Gordon, Georgia no later than 2:00 p.m. local time on August 24,
1998. Offers received in this office after time designated for receipt
of offers will not be considered. Delivery is required no later than
November 2, 1998. Faxed offers citing solicitation number
DABT11-98-Q-0146, ATTN: Ms. Meredith will be accepted at 706-791-8651.
Posted 08/13/98 (I-SN236721). (0225) Loren Data Corp. http://www.ld.com (SYN# 0373 19980817\58-0013.SOL)
58 - Communication, Detection and Coherent Radiation Equipment Index Page
|
|