Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 24, 2003 FBO #0757
SOLICITATION NOTICE

A -- Multi-Megawatt W-Band Source Development

Notice Date
12/22/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL - PL
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-MMWSD
 
Response Due
1/7/2004
 
Archive Date
1/22/2004
 
Point of Contact
Susan Thorpe, Contract+Specialist, Phone 505-846-3404, Fax 505-853-3398, - Steve Young, Contracting Officer, Phone 505 846 4624, Fax 505 853 3398,
 
E-Mail Address
susan.thorpe@kirtland.af.mil, Steven.Young@kirtland.af.mil
 
Description
Technical Point of Contact: Dr. Diana Loree 505-846-5261. The Air Force Research Laboratory (AFRL), Directed Energy (DE) Contracting Division on behalf of the AFRL Directed Energy Technology Directorate (DEHA), Kirtland AFB NM, intends to award a sole source contract in accordance with FAR subpart 6.302-1 to Communications & Power Industries (CPI) Microwave Power Products Division for Multi-Megawatt W-Band Source Development, based on technology developed and demonstrated by CPI under a previous contract. The contemplated contract is a four-year effort with an approximate value of $ 6,000,000, and an option with a two year performance period valued at approximately $3,000,000. The Government requires a 2 to 2.5 Megawatt, high efficiency, continuous wave (CW) 95 gigahertz microwave source to fulfill objectives of an Air Force program with Airborne potential. Given this CW output level is larger than any known test facility, it is understood that testing will be done to the limitations of the contractor?s facility. The contractor shall design, build, test, and deliver a source system. Source system is defined as a source tube with auxiliary components (arc detector with electronics and full power dummy load) and superconducting magnet subsystem (magnet, compressor, and magnet power supplies). The contractor shall perform extensive modeling, simulation, experiments, and testing at the maximum capabilities of their facilities (which will be no less than 1MW peak RF output) to ascertain the final CW capabilities of the source. The contractor shall also specify requirements for the government?s test stand, which will serve as a full power facility in the future. As an option, the contractor shall design, build, test and deliver an additional source system, consisting of a source tube and a superconducting magnet subsystem. As a minimum, the source shall meet the following specifications: The source shall provide a minimum continuous wave (CW) output power of at least 2 MW (minimum) with a 2.5MW (goal), in the TEM00 mode, at a frequency near (but not to go below) 95 GHz, measured just outside the output window. The efficiency of conversion of electrical power to microwave power for the source, at full output power, shall not be less than 55 percent (minimum) with 65 percent as a goal for the CLIN 0001 source tube. The efficiency of conversion of electrical power to microwave power for the source, at full output power, shall not be less than 60 percent (minimum) with 65 percent as a goal for the CLIN 0003 source if that option is exercised. The superconducting magnet subsystem shall not require externally supplied liquid cryogens. The source system shall be designed to support the following performance requirements (basic and option): Transportation Conditions (non-operational): This source system shall include shipping crates/packaging. It must be able to be shipped disassembled via standard commercial shipping in ambient conditions ranging from 0 degrees F to 125 degrees F. Technical input shall be provided so the source system shall be transportable via standard commercial trucking means, while mounted in the government?s future mobile test stand system. Operational Conditions and Mediums: The source system shall be designed to be able to operate at altitudes of up to 20,000 feet above sea level. The external insulating medium for high voltage hold off considerations shall be compatible with all operational altitude, operational temperature, and insulating mediums specifications aboard aircraft, and must meet government approval. In addition, the cooling medium for the source shall take into consideration minimizing overall system weight and meeting operational and ambient condition specifications. Ambient Temperature Conditions: The source system shall meet all operational specifications under ambient temperature conditions of ?25 deg F to +140 deg F, with the exception of the compressor and the power supplies for the superconducting magnet, which will be allowed to have a 41 deg F to +100 deg F ambient temperature operating range and a maximum inlet coolant temperature of 82 deg F. Source System Weight (basic and option): The source system shall weigh no more than 3500 lbs (without cooling fluid) (weight goal = 2500 lbs). Input Power Frequency (basic and option): 60 Hz Mounting Position (basic and option): Accommodate any position, vertical or horizontal, during transport and accommodate vertical (cathode down) with tilt angles of 45 degrees in any plane while operational. Operating Time (basic and option): The source shall be designed to operate for 1000 hours without major maintenance, defined as requiring the source to be returned to the factory for repair and/or refurbishment. Variability (basic and option): The source subsystem shall be designed to enable adjustments in source output power from 10% to 100% of full rated capacity. A contract will be issued CPI provided other sources cannot perform in an equal or better technical capacity. Respondents are required to provide a statement of capability containing pertinent and specific information addressing the following areas: 1. Experience: An outline of projects previously performed relevant to the subject areas. 2. Personnel: Name, professional qualifications and specific experience of scientific, engineering and program management personnel who might be assigned to work in the areas of subject effort. 3. Facilities: Availability and description of special facilities required to perform in the technical areas under consideration. Responses are limited to 25 pages including program plan, resumes, attachments, etc. Any responses not addressing all requirements will be rejected. Submit responses to Susan Thorpe, AFRL/PKDP, 2251 Maxwell Ave. SE, Kirtland AFB, NM, 87117-5773 by 3:00 p.m. Mountain Standard Time (MST) no later than 07 January 2004. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under authority of FAR 6.302-1. This notice of intent is not a request for competitive proposals. However, the Government will consider all proposals received within forty-five (45) calendar days after the publication date of this announcement. The determination of the Government not to compete this proposed contract action based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. This is an unrestricted announcement under NAICS code 541710. However, firms should indicate whether they are (or are not) a small business, woman-owned, qualifying 8(a) business, certified Hub Zone small business, or a historically black college, university, or minority institution (HBCU/MI). In order to receive a DoD contract, offerors must be registered in the DoD Central Contractor Registration (CCR) system and the U.S./Canada Joint Certification Program. For more information and on-line registration with CCR, see http://www.ccr.dlis.dla.mil. A SECRET facilities clearance is required. It is anticipated that contractors will have access to or will generate data that is unclassified with limited distribution and/or subject to U.S. Export Control laws. Therefore, only offerors who are certified by the Defense Logistics Information Services (DLIS) may submit offers. Contact US/Canada Joint Certification Office, DLIS Federal Center, 74 Washington Ave., North, Battle Creek, Michigan 49017-3084 (1-800-352-3572) http://www.dlis.dla.mil/CCAL/ for further information on certification and the approval process. The offeror is required to either submit a copy of the DLIS approved DD Form 2345 with its proposal or to the Contracting Officer if access to unclassified, limited distribution data is required to prepare the proposal.
 
Record
SN00494233-W 20031224/031222212008 (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.