Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 05, 2003 FBO #0647
SOLICITATION NOTICE

58 -- RADIO AND TV COMMUNICATIONS EQUIPMENT - Dual Channel Telemetry Receivers

Notice Date
9/3/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
NAVSURFWARCEN Dahlgren Division, 17320 Dahlgren Road, Dahlgren, VA 22448-5100
 
ZIP Code
22448-5100
 
Solicitation Number
N0017803R1112
 
Response Due
9/4/2003
 
Archive Date
11/4/2003
 
Point of Contact
XDS117 (540) 653-7478/ OR XDS11D ON (540) 653-7478
 
Description
This requirement is for a Firm Fixed-Price contract for the acquisition of three dual channel receivers (DCRC) with internal bit synchronizers. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. The solicitation number is N00178-03-R-1112 and is issued as an RFP. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-15. These items will be acquired on a sole source basis from Microdyne CTI, 1515 Grundys Lane, Bristol, PA 19007. The associated North American Industry Classification System code is 334220; the Small Business Size Standard is 750 employees. CLIN 0001 Dual Channel telemetry receivers and bit synchronizers quantity three. These Dual Channel telemetry receivers and bit synchronizers shall be 100 percent form, fit and function compatible with existing receivers and conforms to all IRIG 106-96 telemetry standards. The DCRC and synchronizer will operate in the 2185 Mhz to 2485 Mhz frequency spectrum. The DCRC shall be capable of receiving two independent RF streams and pre-detection combining them into a single intermediate frequency (IF) output. The DCRC shall provide the capability to take the combined IF output and demodulate it into a video stream output. Several modes of demodulation shall be supported including frequency modulation (FM), phase modulation (PM), bi-phase shift keying (BPSK) and Quadrature phase shift keying (QPSK). The DCRC shall support modulated signals with data rates from 5 samples per second to 20 Mega samples per second in all modes. Setup and control of all DCRC functions shall be supported through front panel controls and remotely via RS-212C, IEEE-488 and 10 base T Ethernet connections. The warranty shall be for a minimum duration of one (1) year from date of acceptance by the Government. Each of the 3 receiver channels shall meet the following minimum requirements: (a) Receiver Type: Shall be superheterodyne conversion (b) RF Frequency Range: Shall be tuneable from 2185 to 2485 Mhz in 0.1 Mhz steps (c) Noise Figure: Shall be12 dB Maximum (d) Input Impedance: Shall be 50 ohms plus/minus 3 ohms (e) Input VSWR: Shall be 2 to 1 maximum (f) Image Rejection: Shall be 55 dB minimum (g) IF Rejection: Shall be 55 dB minimum (h) Spurious Rejection: Shall be 45 dB minimum (i) Dynamic Range: Shall be threshold to plus10 dBm (j) First Local Oscillator Characteristics: Shall be synthesized with 100 Khz tuning increments (k) Second Intermediate Frequency (IF) : Shall be 70 Mhz plus/minus 1.5 parts per million. (l) Second IF Filter Bandwidths: Each receiver channel shall include the following IF filter bandwidths centered at 70 Mhz with each filter having a symmetry of plus/minus 10 percent: 300 Khz, 500 Khz, 750 Khz, 1 Mhz, 1.5 Mhz, 2.4 Mhz, 3 Mhz, 3.3 Mhz, 4 Mhz, 6 Mhz, 10 Mhz, 15 Mhz, 20 Mhz. (m) Automatic Gain Control (AGC) Characteristics: Each receiver channel shall provide an AGC output which is linear to plus/minus 2 dB over any 30 dB range. AGC time constants of 0.1, 1 10, 100 and 1000 milliseconds shall be provided. (n) Amplitude Modulation (AM) Detection Characteristics: Each receiver channel shall provide an AM output with a frequency response up to 50 Khz. (o) Outputs: The following rear panel ou tputs shall be provided from each receiver channel as a minimum; 70 Mhz 2nd IF output, AGC output, AM output. (p) Control/Status: The following parameters shall be controllable via front panel controls and/or all remote interfaces for each receiver channel: RF frequency, IF Bandwidth, AGC Time Constant, AGC Signal Level, AGC Zero/Scaling. Delivery shall be inspected and accepted at the point of destination. The system shall be delivered FOB Destination to Naval Surface Warfare Center, Dahlgren Division, 17320 Dahlgren Road, Dahlgren, VA 22448-5100. The following clauses apply: FAR 52.212-1, Instructions to Offerors-Commercial Items. Offerors shall include a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items with its offer. The provision at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, Subparagraphs (a), (b) (1), (11), (12), (13), (14), (15), (16), (24), (d), (e) apply to this acquisition and are hereby incorporated by reference. The provision at DFAR 525.212-7000, Offeror representations and certifications-Commercial items applies. The provisions at DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items is applicable with the following provisions of subparagraph (b) thereof indicated as applicable: DFARS 252.205-7000, 252.225-7007, 252.225-7012, 252.227-7015, 252.243-7002, and 252.247-7024. The following DFARS provisions are applicable to this acquisition: DFAR 252.204-7004 Required Central Contractor Registration, DFAR 252.22 5-7017 Prohibition on Award to Companies Owned by the Peoples Republic of China. This procurement is DO priority rated. Offer is due 08 September 2003 no later than 2:00 p.m. (Eastern Standard Time) to Contracting Officer, Attn: XDS117/Bldg 183/Room 102, Naval Surface Warfare Center, Dahlgren Division, 17320 Dahlgren Road, Dahlgren Virginia 22448-5100 or by fax at (540) 653-7088. The Naval Surface Warfare Center, Dahlgren Division, Dahlgren Laboratory Procurement Division has implemented Electronic Commerce (EC) in the acquisition area; therefore, this synopsis/solicitation and any applicable amendments will be available on the World Wide Web at http://www.nswc.navy.lmil/wwwDL/XD/SUPPLY. POC is XDS117. Inquires may be sent to XDS11@nswc.navy.mil, phone 540-653-7478, or Fax 540-653-7088.
 
Web Link
NSWCDD Dahlgren Laboratory Homepage
(http://www.nswc.navy.mil/wwwDL/XD/SUPPLY)
 
Record
SN00424015-W 20030905/030903213617 (fbodaily.com)
 
Source
FedBizOpps.gov 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.