Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 07, 2005 FBO #1319
SOLICITATION NOTICE

66 -- ANECHOIC CHAMBER/MICROWAVE MEASUREMENT SYSTEM

Notice Date
7/5/2005
 
Notice Type
Solicitation Notice
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
Department of the Air Force, Direct Reporting Units, USAF Academy - 10 MSG/LGC, 8110 Industrial Drive Suite 200, USAF Academy, CO, 80840-2315
 
ZIP Code
80840-2315
 
Solicitation Number
FA7000-05-T-0121A
 
Response Due
7/14/2005
 
Archive Date
7/29/2005
 
Description
REQUIREMENTS FOR MICROWAVE MEASUREMENT SYSTEM This combined synopsis/solicitation supersedes the Presolicitation Notice posted on 20 June 2005, FA7000-05-T-0121, and is for commercial items or services 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; quotes are being requested and a written solicitation will not be issued. This solicitation is used as a Request for Quotation (RFQ), solicitation number FA7000-05-T-0121, in accordance with FAR Parts 12 and 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-04. The North American Industrial Classification System (NAICS) number is 334513. 1. The Electrical Engineering Department has an authorization to replace the Anechoic-chamber/Microwave-measurement System that is used for instructional purposes in its various EE courses as well as for faculty and cadet research. This system must consist of the custom design, construction, on-site installation, and testing/calibration of as well as on-site training for a microwave anechoic chamber along with electronic controlling and measurement equipment. 2. The Anechoic chamber portion of the system must be a multi-purpose chamber used for 3-dimensional antenna measurements, electromagnetic-compatibility testing, radar cross-section measurements, and as a general purpose measurement lab for education and research. The inside chamber dimensions must maximize the available space of 34 ft. (L) x 14 ft. (W) x 14 ft. (H) with a perpendicular add-on section of 12 ft. (L) x 14 ft. (W) and 14 ft. (H). This chamber must be installed on site at USAFA. The chamber will be comprised of RF shielding and shielding components, absorber material (pyramidal and walkway), at least two 4? x 7? RF-shielded access doors (one for each section of the chamber) with limit switching to accommodate immunity interlock switching, and adequate lighting and ventilation. The absorber material must be removable from the floor allowing floor reflections. The shielding must be tested to MIL STD 285. The shielding performance must be guaranteed to be at least 100dB above 200kHz. The chamber must be ?anechoic? from 700MHz to 18GHz. The guaranteed reflection level must be better than 30dB at frequencies above 700GHz and better than 50dB above 10GHz. The chamber must have a quiet zone of at least 3 ft. x 3 ft at one end of the 34-ft long section. The common pedestal/turntable at the intersection of the main and add-on section of the chamber described above must have line-of sight to the entire chamber. However, the pedestal at one end of the chamber add-on section must be obscured from the antenna mast at the other end by the walls of the chamber itself. On-site chamber calibration must be provided. All standard construction techniques must be adhered to such as vapor barriers, dielectric floor underlays, adequate lighting and ventilation, power-line filters, connector panels, and proper grounding. The system must include a variable-height antenna mast that is completely controllable from outside the chamber and covers the range from the floor to ceiling. Also the system must include a multi-axis positioner for 3-dimensional antenna-pattern measurements, which is also completely controllable from outside the chamber. Both must be controlled from supplied controllers through a National Instruments IEEE-488.2 GPIB, which must also be supplied. All cables must be provided for system integration including RF cables (18-GHz rated), GPIB cables, and cables specific to controllers. All software, software integration, documentation, and training must for this system must be provided to USAFA personnel on site. 3. In addition, the following test-equipment items must be provided: 2-8 GHz, 200-W TWT RF amplifier 8-18 GHz, 200-W TWT RF amplifier Single 1-18 GHz, 20-W TWT RF amplifier Single antenna covering from 26MHz to 3GHz or better Standard-gain horn antennas covering from 2GHz to 18 GHz Thermal Imaging and Measurement System with an Electrophysics Jade MWIR infrared camera and lens One-year system operational support and software upgrades 4. This entire system must be provided as a single-source integrated turnkey system. 5. The supplier of this system must have a proven track record of customer-specific designing, simulating, constructing, on-site installing, and on-site testing/calibration of similar chambers as well as a proven track record in entire microwave-measurement lab system integrations. 6. In addition, the supplier must provide a detailed plan (including drawings) for the chamber design, on-site system integration, calibration, and training. 7. Quotations received with FOB other than Destination will not be considered. Construction and installation of the chamber will be NLT 30 August, 2005. Final integration of the entire system will be NLT 90 days after date of award. 8. Offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition and no addenda applies. The provisions at 52.212-2, Evaluation-Commercial items, applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsive responsible offeror whose technically acceptable offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors will be used to evaluate offers: Award will be made on the basis of determining the technically acceptable offer with the lowest evaluated price which meets or exceeds the requirements. Offers will be evaluated on a pass or fail basis to determine if the proposed microwave measurement system meets the salient physical, functional, and performance characteristics as stated in the above description. Include in your offer descriptive literature such as illustrations, drawings, or a clear reference to information readily available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. If an offer cannot comply with every requirement, that offer will not be technically acceptable. Once an offer has been determined to be technically acceptable, then the Offeror with the lowest evaluated price will be awarded the contract. The Government intends to evaluate offers and make award without discussions; however, this does not preclude the Government from having discussions if it is in the best interest of the Government to do so. Offers shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, and the 252-212-7000, Offeror Representation and Certifications with its offer. The clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. DFARS 252.212-7001, Contract Terms and Conditions Required To Implement Status Of Executive Orders Applicable To The Defense Acquisitions Of Commercial Items, applies to this acquisition with the inclusion of the following: 52.203-3, DFARS 252.204-7004, Required Central Contractor Registration, 252.225-7000, Buy American Act and Balance of Payments Program. The full text of a clause may be accessed electronically accessed at http://farsite.hill.af.mil. Offers must be received NLT Noon, Mountain Daylight Savings Time, 14 July 2005. Quotes can be emailed to debra.mccraw@usafa.af.mil or faxed to Debra McCraw at 719-333-9103. Offers received after this date and time will be considered late in accordance with 52.212-1(f) and will not be evaluated.
 
Place of Performance
Address: USAF ACADEMY, CO
Zip Code: 80840
Country: USA
 
Record
SN00841381-W 20050707/050705211917 (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.