Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2007 FBO #2117
SOLICITATION NOTICE

59 -- Electrical & Electronic Equipment Components

Notice Date
9/11/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
N00178 17320 Dahlgren Road Dahlgren, VA
 
ZIP Code
00000
 
Solicitation Number
N0017807R3060
 
Response Due
9/19/2007
 
Archive Date
11/1/2007
 
Description
This synopsis is being posted to both the Federal Business Opportunities (FBO) page located at http://www.fbo.gov and the Navy Electronic Commerce on Line (NECO) site located at http://www.neco.navy.mil. While it is understood that FBO is the single point of entry for posting of synopses and solicitations to the internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by the Navy Sea Systems Command. 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. Proposals are being requested and a written solicitation will not be issued. FAR Subpart 13.5 will be used. The Naval Surface Warfare Center, Dahlgren Division, intends to procure S-BAND POWER AMPLIFIERS in FY07 and FY08 as follows: CLIN 0001 - Base Period - 9 units; CLIN 0002 - Option 1 ? 8 units; CLIN 0003 - Option 2 ? 17 units; CLIN 0004 - Option 3 ? 34 units; CLIN 0005 - Option 4 ? 17 units; CLIN 0006 - Option 5 ? 17 units; CLIN 0007 - Option 6 ? 34 units. DELIVERABLES shall be (a) microwave amplifiers; (b) test report for each amplifier, showing measured output power at 2.9, 3.2, and 3.5 GHz, measurements shall be made using a pulsed CW waveform consisting of a 10 microsecond pulse width with a 100 microsecond pulse repetition frequency; (c) drawing in Adobe Acrobat format providing the exterior dimensions of the amplifier, location and size of through holes for mounting the amplifier to a base plate or heat sink, and location, type and pin out descriptions of any connectors. DELIVERY: Shall be 3 months after receipt of order (ARO) and 3 months after an option is exercis ed. SPECIFICATIONS for the S Band Power Amplifier are as follows: Frequency of Operation: 2.9-3.5 GHz minimum. Peak Output Power: 100W minimum, measured at an amplifier base plate temperature of 25?C with 10% duty cycle and a 10 microsecond pulse width. Small Signal Gain: Greater than or equal to 45 dB. Small Signal Gain Flatness: Less than ?1.5dB over 2.9-3.5 GHz. Input / Output Voltage Standing Wave Ratio (VSWR): Less than 2:1. Harmonics: The maximum power in the output radiated harmonics shall be greater than 25 dB below the carrier power, measured with the carrier power at the 1 dB compression point. Spurious Signals: The maximum power in the output spurious emissions of the amplifier operated within the published specifications shall be greater than 60 dB below the carrier. Pulse Width and Duty Cycle: The amplifier shall support pulse widths between 1-100 microseconds, with a duty cycle varying from 0 to 100% percent. Noise Figure: Less than 10 dB from 2.9-3.5 GHz measured during small signal operation. Prime Power Voltage: Th e Prime Power Voltage shall be vendor defined, in the range of 30 to 50 volts DC. Only a single DC supply voltage is allowed. Power Added Efficiency (PAE): Greater than 25 percent DC to RF output efficiency, measured at the amplifiers 3 dB compression point, with the amplifier base plate at 25?C. Power Amplifier Enable: The amplifier shall accept a Power Amplifier Enable signal that will be used to turn the amplifier output power stage on and off. The signal shall be a TTL signal that when ?High?, turns the amplifier off, and that when ?Low? or not present, enables the power amplifier. Power Amplifier Enable Turn-On Time Delay: The delay between the Power Amplifier Enable signal transitioning from a logic ?High? to a logic ?Low?, to the output power reaching the specified power output level, shall be less than 5 microseconds. Power Amplifier Enable Turn-Off Time Delay: The delay between the Power Amplifier Enable signal transitioning from a logic ?Low? to a logic ?High? , to the output power falling from the specified power output level to a level 50 dB below the specified output power level shall be less than 5 microseconds. Amplifier Mean Time Between Failure: Greater than 20,000 hours min at 50 deg C base plate temperature. This will be demonstrated either through analysis or through comparison to an existing design. Nominal Input/Output Impedance: 50 Ohms. Operating Temperature: The amplifier shall operate with a base plate temperature between -40?C to +80?C. Storage Temperature: The amplifier shall not be damaged during storage at temperatures between -40?C to +80?C. Relative Humidity: The amplifier shall not be damaged at a relative humidity between 0% to 85%, non-condensing. Sealing: The amplifier shall be environmentally sealed. Input Overdrive: No damage shall occur if the RF input power is increased to a level greater than 10 dB above the input drive level required to achieve 1 dB output power saturation. Load VSWR: The a mplifier shall not be damaged when exposed to an open or short circuit at the output port. Reverse Polarity Protection: No damage shall occur by reversing the power supply positive voltage and ground when connecting to the amplifier. Over Voltage Protection: The amplifier shall include over voltage protection to shut down the amplifier at voltages above the specified operating voltage. Under Voltage Lockout: The amplifier shall include an under voltage lockout to keep the power amplifier disabled until the input voltage exceeds a vendor defined value. RF Connectors: Input and output connectors shall be Type N female. Physical Size: The power amplifier shall be less than or equal to 5.0 inches by 7.0 inches by 1.25 inches, exclusive of any heat sink. Weight: The amplifier shall weigh less than 2.0 pounds. Cooling: The amplifier shall be capable of meeting all performance specifications while being cooled by forced air blown across the heat sink or while bolted to a properly designed liquid cooled heat plate. Flatness: The base plate of the amplifier used for heat transfer purposes in cooling the amplifier shall be flat to within 0.005 inches. Warranty: The vendor shall warrant that all amplifiers be free from defects in material and workmanship under use as specified for a period of one year from the date of delivery. The vendor shall further agree to repair or replace, at its discretion, any failure that upon the vendor?s inspection is determined to be a result of workmanship or material defect. This COMBINED SYNOPSIS/SOLICITATION, number N00178-07-R-3060, is issued as a Request for Proposal (RFP). This solicitation document and incorporated clauses and provisions are those in effect through Federal Acquisition Circulars 2005-19, Effective 17 August 2007 & DFARS Change Notice 20070802 dated 2 August 2007. The NAICS Code associated with this procurement is 334220 and the FSC is 5985. THE FOLLOWING FAR AND DFARS PROVISIONS AND CLAUSES APPLY TO THIS ACQUISITION AND ARE INCORPORATED BY REFERENCE: FAR 52 .204-7 Central Contractor Registration; FAR 52.212-1 Instructions to O fferors - Commercial Items; FAR 52.212-2 Evaluation ? Commercial Items (fill in: Factors used to evaluate offers are: (1) technical capability to meet the Government requirement and (2) price. Award will be made to the responsible offeror with the lowest priced, technically acceptable offer.); FAR 52.212-3 Offeror Representations and Certifications ? Commercial Items; FAR 52.212-4 Contract Terms and Conditions ? Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items (June 2007) Subparagraphs (a), (b)1, 7, 16, 17, 18, 19, 20, 21, 22, 23, 28, 33, (d) and (e) apply; FAR 52.247-34 FOB Destination; DFARS 252.204-7004 Central Contractor Registration Alternate A; DFARS 252.212-7000 Offeror Representations and Certifications ? Commercial Items; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (with s election of elements as required by DFAR prescription). Subparagraphs (a), (b) 4, 5, 14, 15, 16, 17, 19, 20(i), 21, and (c) apply; DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country ; DFARS 252.211-7003 Item Identification and Valuation DFARS 252.232-7010 Levies on Contract Payments DFARS 252-225-7000 Buy American Act--Balance of Payments Program Certificate; DFARS 252-225-7002 Qualifying Country Sources as Subcontractors. The FAR and DFAR provisions and clauses referenced by this solicitation can be found in full text at http://www.farsite.hill.af.mil. Representations and Certifications shown at FAR 52.212-3 and DFAR 252.212-7000 must be completed and submitted with the offeror?s proposal/capability statement for this requirement. The Government will award a Firm Fixed-Price contract to the responsible offeror whose offer conforms to the requirements of this RFP and is determined to be most advantageous to the Government base d on price. The offeror shall convey all standard manufacturer commerc ial warranties to the buyer. To assist in determining whether the prices quoted in your offer under subject solicitation are "fair and reasonable" in accordance with Federal Acquisition Regulation (FAR) requirements, your cooperation is requested in SUBMITTING THE FOLLOWING INFORMATION: (a) A copy of the current catalog or established price list for the articles covered by the offer, or information where the established price may be found. (b) A statement that such catalog or established price list is regularly maintained and is published or available for inspection by customers along with the current sales prices. (c) A statement that these items are commercial and sold to the general public at the prices listed in the above referenced catalog or established price list. (d) A statement that the quoted prices, including consideration of any discount or rebate arrangement, do not exceed prices charged the offeror's most favored customer for like items in similar quantities u nder comparable conditions. If the offeror is unable to provide the information requested above, the offeror is requested to submit the pricing information on the three most recent sales of the items being procured or similar items. This information should include: date of sale; quantity; unit price; customer contract number and customer contact information. Where the pricing information furnished is on similar items, the offeror shall indicate the differences. Pricing information furnished should be as current as possible, and should be on quantities similar to this solicitation. The closing date is 19 September 2007 at 1200 noon, Eastern Time. Anticipated Award date is 28 September 2007. All items shall be priced FOB DESTINATION, Dahlgren, VA. All items shall be delivered to the NSWCDD Receiving Officer, 6220 Tisdale Rd. Suite 159, Dahlgren VA 22448-5114 , between the hours of 0700 and 1430 local time on weekdays. No deliveries will be accepted on Federal Hol idays. Electronic quote submission is encouraged at DLGR_NSWC_XDS13@n avy.mil, but the quote may also be faxed to (540) 653-6810 or delivered to the Naval Surface Warfare Center , Dahlgren Division, Attn: XDS13-13, Bldg. 183, Room 106, 17632 Dahlgren Rd. Suite 157, Dahlgren , VA 22448-5110.
 
Record
SN01402962-W 20070913/070911222311 (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.