Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 08, 2006 FBO #1747
SOLICITATION NOTICE

59 -- Broadband Signal Analyzer for the Electronic Proving Ground (EPG), Fort Huachuca, Arizona 85613

Notice Date
9/6/2006
 
Notice Type
Solicitation Notice
 
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-06-R-EPGAER
 
Response Due
9/13/2006
 
Archive Date
11/12/2006
 
Small Business Set-Aside
N/A
 
Description
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 Electronic Proving Ground, Fort Huachuca, Arizona is soliciting proposals for the following requirement (No Substitutes): 1 each; Aeroflex CS35020F-4G-RF2G Broadband Signal Analyzer and CS25020F-4G-RF2G Generator System with 60 MHz instantaneous bandwidth. The systems includes: 4096 MB of shared high speed signal memory, and 2 MHz to 2 GHz RF input/output range w/125 kHz tuning resolution Dual Xeon 2.8 GHz controller running Linux, 4 GB system RAM, 80 GB system hard drive, 73 GB removable data hard drive, D VD-R/W drive, 10/100/1Gb Ethernet interface (x2), serial interface, USB interface, video interface, keyboard and mouse interface. Includes RF input module with 70 MHz to 2 GHz frequency range, 60 MHz bandwidth, -10 dBm maximum input with no attenuation, 2 5 dB attenuation control, and synthesized LOs w/125 kHz tuning resolution. Includes software-controlled switch for baseband (2 MHz to 88 MHz) and RF (70 MHz to 2 GHz) band selection. Digitizer/memory with 12 bit high performance ADC and 4096 MB shared sign al memory, RF output module with 70 MHz to 2 GHz frequency range, 60 MHz bandwidth, -10 dBm maximum output with no attenuation, 25 dB attenuation control, and synthesized LOs w/125 kHz tuning resolution. Two rack mount chasses (7U total), Keyboard and mou se. BSA-BASIC control and monitoring SW application, VSS-Basic control SW application, Local control only, and user manual. OPTIONS: RF UPDNCV 6 GHz UP: upgrades RF range on one input and output channel from 3 GHz to 6 GHz. Requires CS65020F RFDC CH2 o ption purchase. GPS RCVR Adds GPS receiver, high performance antenna, and software to system. Provides GPS-based UTC and positional data to each recorded file. Includes receiver, antenna, cables, and software. Also includes 1PPS output which can be used t o trigger BSAG. Transit Case 16U 16U shock mounted transit case including power distribution unit. RS-AUX Rack slides for auxiliary chassis. UPS-1K-2U-US 2U rack mounted uninterruptible power supply with 980 watt capability and 6 NEMA outlets. REQUIRED SOFTWARE OPTIONS: BSA-SW BUNDLE Signal analysis software bundle which includes the following BSA measurement/analysis modules: BSA-AM/FM/PM, BSA-CH PWR, BSA-A SK BURST, BSA-FSK BURST, BSA-MODULATION DOMAIN, BSA-FSK, and BSA-ASK. BSG SW BUNDLE Signal gen eration software bundle which includes the following BSG modules: VSS-FSK/MSK, VSS-AM/FM/PM, VSS-AGILE, VSS-MIX, and VSS-PULSE. CS RMT Software that provides remote control of standard record and playback controls of BSAG via Ethernet using standard TCP/IP messaging. TRAINING: Training 5 days increment at customer facility for up to five students. Training will be hands on with the system, including all installed software packages. WARRANTY: A one-year warranty for the system and options. (FOB DESTINATI ON FORT HUACHUCA, ARIZONA.) Payment will be made by Government credit card under Net 30 Terms. Offers are due no later than 12 noon, Mountain Standard Time, 13 September 2006, and shall be submitted electronically at: virginia.miller@epg.army.mil. EVALUATION CRITERIA/PROCEDURES: Offers will be evaluated based on the following best value criteria in descending order of importance: Meeting the requirement, Best Proposed Delivery Schedule, Past Performance, and Price. For additional information, con tact Virginia J. Miller, Contracting Officer at (520) 538-3978 or virginia.miller@epg.army.mil. The synopsis/solicitation document and incoporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-12. The NAICS code is 33 4515. The solicitation is issued as a request for proposal (RFP) and will be awarded as a firm-fixed-price. The following FAR provision 52.212-1, Instruction to Offerors Commercial items, applies to the acquisition. FAR provision 52.212-2, Evaluation of Commercial Items, applies to the acquisition (See evaluation criteria above). Offerors shall include a completed copy of FAR provision 52.212-3,Offeror Representations and Certifications Commercial Items, and furnish Offeror's Tax Identification Number, CAGE Code, Central Contractor Registration Number, DUNS Number, and applicable FSC Codes with its offer. FAR clauses 52.212-4, Contract Terms and Conditions Commercial Items and 52.212-5, Contract Terms and Conditions Required Im plementing Statutes or Executive Orders Commercial Items apply to this acquisition. FAR clause 52.219-8, Utilization of Small Business Concerns apply. The government reserves the right to select for award, all, some, or none of the proposals received in r esponse to this announcement.
 
Place of Performance
Address: ACA, Southern Region, Electronic Proving Ground (EPG) Banister Hall, SFCA-SR-WS, 2000 Arizona Street Fort Huachuca AZ
Zip Code: 85613-7063
Country: US
 
Record
SN01135253-W 20060908/060906230007 (fbodaily.com)
 
Source
FedBizOpps 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.