Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 18, 2004 FBO #0996
SOLICITATION NOTICE

66 -- DUAL CHANNEL VHF/UHF VME TUNER

Notice Date
8/16/2004
 
Notice Type
Solicitation Notice
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Navy, Office of Naval Research, Naval Research Laboratory/STENNIS, John C. Stennis Space Center, Stennis Space Center, MS, 39529-5004
 
ZIP Code
39529-5004
 
Solicitation Number
N00173-04-R-JR09
 
Response Due
9/7/2004
 
Archive Date
8/16/2005
 
Point of Contact
Jerry Riles, Contract Specialist, Phone 228-688-4259, Fax 228-688-6055, - Patricia Lewis, Contracting Officer, Phone 228-688-5593, Fax 228-688-6055,
 
E-Mail Address
jriles@nrlssc.navy.mil, plewis@nrlssc.navy.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) 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, N00173-04-R- JR09, is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through FAC 2001-24 and DFARS Change Notice 20040810. The associated NAICS code is 334220 and the small business size standard is 750 employees. The Naval Research Laboratory has a requirement for six VHF/UHF Tuners and two SHF Downconverters. The VHF/UHF Tuner (Qty 6), should meet the following specifications: (a) Frequency Coverage of 20 to 3000 MHz; (b) Instantaneous Bandwidth (3 dB) of 25 MHz; (c) Tuning Resolution less than or equal to 100 kHz; (d) Phase Coherent Mode; (e) IF analog outputs at 16.25 MHz and 70 MHz; (f) One single slot 6U card with two wideband channels; (g) Noise Figure less than or equal to 11 dB; (h) Tuning Speed less than or equal to 10 milliseconds; (i) Gain Control of at least 60 dB in 1 dB steps (RF to Baseband); (j) VME bus register based control; (k) External Reference of 10 MHz; (l) Phase Noise at 1 kHz offset at negative 75 dBc/Hz; (m) Spurious IF Rejection of 80 dB at 30 to 3000 MHz; (n) RF Input connector with SMA female; (o) RF Input Impedance of 50 ohms; (p) RF Input VSWR of 2.0:1; (q) RF Input Power without Damage of plus 20 dB; (r) 25 MHz IF Passband Group Delay Variation plus/minus 70 nanoseconds over 90 degrees of 3 dB bandwidth. The SHF Downconverter (Qty 2), should meet the following specifications: (a) Frequency coverage of 0.5 GHz to 18 GHz; (b) Bandwidth of 880 MHz; (c) Phase Coherent Mode; (d) IF analog output preferably at 1.6 GHz; (e) One single slot 6U card; (f) Compatible with the VHF/UHF Tuner (See listed VHF/UHF specs); (g) VME bus register based control; (h) Configurable for multichannel phase-coherent operation without external LO distribution. Offerors shall propose the following optional items: Option 1: Non-Phase Coherent VME; Option 2: Analog IF; Option 3: Phase Coherent. WARRANTY: The contractor shall provide a standard commercial warranty against all parts and labor. Delivery and acceptance is at NRL, Washington, D.C. 20375, FOB Destination. Delivery shall be no later than six months from date of award. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The Government intends to award a contract resulting from this solicitation to that responsible offeror proposing the lowest price for the items that have been determined to comply with the requirements of the specifications and solicitation. The proposal must demonstrate an understanding of the requirement and the ability to meet the specifications. Offeror must complete and submit with its proposal, FAR 52.212-3 Offeror Representations and Certifications-Commercial Items and DFARs 252.212-7000 Offeror Representations and Certifications-Commercial Items, which are identified as B and available electronically at: http://heron.nrl.navy.mil/contracts/repsandcerts.htm. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items and FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The additional clauses cited within this clause are applicable: 52.203-6, 52.219-4, 52.219-8, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, and 52.232-33. The DFARs clause at 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition. The additional clauses cited within this clause are applicable: 52.203-3, 252.227-7015. The following additional DFARs clauses apply: 252.204-7004, 252.232-7003. All EIT supplies and services provided under any resultant contract must comply with the applicable accessibility standards issued by the Architectural and Transportation Barriers Compliance Board at 36 CFR part 1194 (see FAR Subpart 39.2). Electronic and information technology (EIT) is defined at FAR 2.101. Any resultant contract will be DO Rated under the Defense Priorities and Allocations System (DPAS). The Contract Specialist must receive any questions no later than 10 calendar days before the response date of this solicitation. An original and two (2) copies of the offeror proposal shall be received on or before the response date noted above, 4:00 P.M., local time at the NRL address above, Attn: Contracting Officer. The package should be marked with the solicitation number, due date and time. Other business opportunities for NRL are available at our website http://heron.nrl.navy.mil/contracts/rfplist.htm
 
Record
SN00644832-W 20040818/040816212512 (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.