SOLICITATION NOTICE
59 -- Timing Transmitters
- Notice Date
- 4/1/2004
- Notice Type
- Solicitation Notice
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- ACA, White Sands Missile Range, Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street, White Sands Missile Range, NM 88002-5201
- ZIP Code
- 88002-5201
- Solicitation Number
- W9124Q-TRANSMITTERS
- Response Due
- 4/15/2004
- Archive Date
- 6/14/2004
- Point of Contact
- Gloria I. Rios, 505-678-4968
- E-Mail Address
-
Email your questions to ACA, White Sands Missile Range
(riosgi@wsmr.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 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; propo sals are being requested and a written solicitation will not be issued. A requirements contract will be awarded with a 3-year ordering period. Orders may be issued by any contracting office supporting a member of the Range Commanders Council. We have a requirement for timing transmitters. The transmitters are used to transmit IRIG B range timing signals across the range. The first line item is for an estimated quantity of 10 transmitter systems. The input to the transmitter will be IRIG B, 3 volts pea k, 600 ohms input through a BNC connector. A transmitter system is defined as two transmitters with an automatic switching unit. The output connector must be a type N. The output power shall be at least 60 watts and shall not exceed 120 watts. Transmit ters with adjustable output wattage and power meter are desired. The transmitter shall be ordered at a preset frequency of 143.000 Mhz or 143.575 Mhz or another frequency in this range. Transmitters shall be solid state with a 3.5 Khz FM deviation. An a djustable deviation between 2 and 5 KHz FM is desired. Transmitters will be installed in buildings but must be capable of performing 24/7. The automatic switching component shall be capable of switching the input to the backup transmitter in the event of error or low power. When switching is activated there shall be signal lights accompanied by an audible signal. There shall be an adjustable switching power level. A switching system that can be remotely controlled by a computer or locally controlled at the site and that will output to the computer the power level, deviation and voltage level of input is desirable and should be price separately. The system shall be delivered with schematics, manuals for operation and maintenance and provided with a 19.5 -inch rack. Prices shall also be included for training for 4 technicians and for installation. Your proposal shall include a priced list of recommended spares. The second line item is an estimated quantity of 10 self-contained solid state transmitters D elta RF Technology Inc. Model PA25 VHF-XX or equal. The salient characteristics are: frequency 150.76 MHz, frequency stability +/- 2PPM, 0 to 50 degrees C, power output 10-15 watts adjustable, gain 34 dB typical, output impedance 50 Ohms, harmonics ????? ?45dBc, modulation IRIG B running at 1kHz, load mismatch survival 5:1 (optional monitor/controller senses reflected power and control gain), prime power 110 VAC/47-63 Hz/ 1 phase, output connector BNC, control thermo shutdown (optional monitor/control, rem ote on/off and power control via RS 232), power supply high efficiency switching power supply internal, power on/off panel mounted switch, indicator LED power status, dimensions 3U, 19?????? rach mount (4U with optional monitor/control, cooling forced air internal fans, operation tem 0-50 degrees C, non-operation tem ??????40-60 degrees C, operating humidity 05 to 95% non-condensing, operating altitude up to 10,000 ft above sea level, shock and vibration normal truck transport. You shall include prices for any optional equipment including racks. Transmitters shall be delivered with schematics and manuals for operation and maintenance.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2 001-08 dated 29 Jul 02. This requirement is set-aside 100% for small business. The applicable NAICS code is 334220 with a size standard of 750 employees. Your price shall be FOB destination. Inspection and acceptance shall be at destination. We will m ake payment by VISA credit card. You must be registered in the Central Contractor Registration (http://www.ccr.gov/). Award shall be made to the contractor su bmitting the proposal representing best value to the Government. The requirements for being found best value may be found in the full text version of FAR 52.212-2 found on our webpage (address below). From the Federal Acquisition Regulation (FAR), the fo llowing provisions and clauses are applicable to this solicitation: FAR 52.212-1, FAR 52.212-3, FAR 52.212-4, FAR 52.212-5 (52.203-6 Alt I, 52.219-14, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.232.33, 52.232-36). Full text of these clause s may be found at http://farsite.hill.af.mil/vffara.htm. From the Defense Federal Acquisition Regulation Supplement (DFARS), the following provisions and clauses are applicable to this solicitation: DFARS 252.212-7000, DFARS 252.212-7001 (DFARS 252.225-7 007, DFARS 252.225-7012, DFARS 252-247-7024). Full text of these clauses may be found at http://farsite.hill.af.mil/VFDFARA.HTM. A form for submitting your proposal may be found on our web page, http://www.wsmr.army.mil/docpage/docpage.htm. Your proposa l information and commercial literature for both system and options shall be submitted electronically to riosgi@wsmr.army.mil or by facsimile to (505) 678-5107 Attn: Gloria Rios no later than 2:00 pm MDT on 15 Apr 2004. See note 1.
- Place of Performance
- Address: ACA, White Sands Missile Range Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street White Sands Missile Range NM
- Zip Code: 88002-5201
- Country: US
- Zip Code: 88002-5201
- Record
- SN00558371-W 20040403/040401212328 (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 |