Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 01, 2007 FBO #2074
SOLICITATION NOTICE

59 -- High Power Amplifier for the Electronic Proving Ground (EPG), Fort Huachua, Arizona 85613

Notice Date
7/30/2007
 
Notice Type
Solicitation Notice
 
NAICS
335311 — Power, Distribution, and Specialty Transformer 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-07-R-EPGUFA
 
Response Due
8/6/2007
 
Archive Date
10/5/2007
 
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: 1 each, Power Amplifier system that is rated at of 120 watts (minimum) with minimum frequency coverage of 40 to 45 GHz. Technical requirements: The RF High Power Amplifier (HPA) will be a self-contained, air-cooled, broadband, amplifier to develop fields in both anechoic chamber and in an open field test site. The HPA will be h oused in a single equipment rack and will provide a complete stand-alone performance for testing. HPA will be of a design that provides low distortion and is stable across the frequency range. Input signals will be from signal generators that are both swe pt and stepped through the frequency band. Amplifier will be able to be controlled either locally or by remote. The amplifier's front panel digital display shows forward and reflected output plus extensive system status information accessed through a ser ies of menus via soft keys. Status indicators include power on, warm-up, standby, operate, faults, excess reflected power warning and remote. Standard features will include a built-in IEEE-488 (GPIB) interface, VSWR protection, gain control, forward and re flected RF output sample port, plus monitoring of the HPA amplifier critical parameter i.e. TWT helix current, cathode voltage, collector voltage, heater current, heater voltage, base plate temperature and cabinet temperature. Unit will have installed fro nt handles. REQUIRED SPECIFICATIONS: Minimum 3 year warranty; POWER (fundamental), CW, @ OUTPUT CONNECTOR: Nominal 140 watts or greater, Minimum 120 watts; FLATNESS .? 5 dB maximum; FREQUENCY RESPONSE .40 to 45 GHz instantaneously; INPUT FOR RATED OU TPUT 1.0 milliwatt maximum; GAIN (at maximum setting) 51 dB minimum; GAIN ADJUSTMENT (continuous range) .35 dB minimum; INPUT IMPEDANCE 50 ohms, VSWR 2.0:1 maximum; OUTPUT IMPEDANCE .50 ohms, VSWR 2.5:1 typical; MISMATCH TOLERANCE. Unit will have outpu t power foldback protection. Unit will operate without damage or oscillation with any magnitude and phase of source and load impedance. MODULATION CAPABILITY. Unit will faithfully reproduce AM, FM, or pulse modulation appearing on the input signal. AM pe ak envelope power limited to specified power. NOISE POWER DENSITY Minus 70 dBm/Hz (maximum), Minus 75 dBm/Hz (typical); HARMONIC DISTORTION Minus 20 dBc maximum, Minus 28 dBc typical; PRIMARY POWER 190-260 VAC 50/60 Hz single phase3.5 kVA maximum; CONNECTORS; RF input Type 2.4 female on rear panel; RF output Type WR-22 waveguide flange on rear panel; RF output sample ports. Type 2.4 female on rear panel; GPIB .IEEE-488 on rear panel; I nterlock .DB-15 female on rear panel; COOLING .Forced air (self contained fans), air entry and exit in rear. FOB DESTINATION: Fort Huachuca, Arizona. Payment will be made by Government credit card under Net 30 Terms. Offers are due no later than 12 no on, Mountain Standard Time, Monday, 6 August 2007. Offers shall be submitted electronically at: Carmen.simotti@epg.army.mil. EVALUATION CRITERIA/PROCEDURES: Offers will be evaluated based on the following best value criteria in descending order of impor tance: Meeting the requirement, Proposed Delivery Schedule, Past Performance, and Price. The result of the award will be posted in Fedbizopps(http://www.fbo.gov/) under Award Notices. Questions pertaining to the Award Notice must be submitted in writing . For additional information, contact Carmen M. Simotti, Contract Specialist, at (520) 533-8189 or carmen.simotti@epg.army.mil. The synopsis/solicitation document and incorporated provisions and clauses are those in effect throu gh Federal Acquisition Circular 2005-16. This is a total open competitive procurement. The NAICS code is 335311. The solicitation is issued as a request for proposal (RFP) and will be awarded as a firm-fixed-price. All Electronic and Information Techno logy will be Section 508 of the Rehabilitation Act of 1973 compliant. 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 acquis ition (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 Registratio n 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 Implementing Statutes or Executive Orders Commercial Items apply to th is 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 response to this announcement.
 
Place of Performance
Address: ACA, Southern Region, Electronic Proving Ground (EPG) Banister Hall, SFCA-SR-WS, 2000 Arizona Street Fort Huachua AZ
Zip Code: 85613-7063
Country: US
 
Record
SN01356468-W 20070801/070730221751 (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.