Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 14, 2008 FBO #2361
SOLICITATION NOTICE

59 -- Broadband Linear High Power RF Amplifier Systems for the US Army Electronic Proving Ground (USAEPG), Fort Huachuca, Arizona 85613

Notice Date
5/12/2008
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of the Army, Army Contracting Agency, South Region, ACA, White Sands Missle Range, 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-08-R-EPGHPA
 
Response Due
5/21/2008
 
Point of Contact
Carmen Simotti, 520-533-8189
 
Small Business Set-Aside
Total Small Business
 
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; broadband linear High Power RF Amplifier (HPA) system that is rated at of 1000 watts (minimum) with minimum frequency coverage of 10 to 100 MHz. FREQUENCY RANGE: 10-100 MHz, Output Power CW: 1000 Watts typical, Power Output @ 1 dB G.C.P.: 750 Watts min, Power Gain @ 1 db G.C.P: 60 dB min, Small Signal Gain Flatness: + 1.5 dB, 3rd Order Intercept point: +64 dBm, Input/Output VSWR: -10 dB, Harmonics @ P1dB G.C.P.: -20dBc, Gain: 60dB; Gain Adjustment Range: 25dB typical, Input power for Rated Output: 0 dBm typical, Noise Figure @ max Gain: 10 dB typical, VSWR:@ P1dB G.C.P Infinite @ any angle & magnitude (nominal), Spurious Signals: -60dBc max, Operating Voltage: 180 min/2600 max Volts Single Phase 50-60Hz, AC Power Consumption @ 1000W: 3500 watts, RF Input: +10 dBm max, RF Input Signal Format: CW/AM/FM/PM/Pulse/Digital, Input/Output Impedance: 50 Ohm, Class of Operation: A/AB, Input Overdrive: +6dBm max, Dimensions: equal/greater 19ft x 8.75ft x 22ft, Weight: equal/greater 80 lb max, RF Connectors: Type N Female, Grounding: Chassis, Cooling: Internal Forced Air, Operating Temperature: 0 degrees min/+50 degrees max C, Non-Operating Temperature: -40 min/+85 max C, Operating Humidity: 95 percent min Non-Condensing, Operating Altitude: 10,000 ft min/30,000 max ASL, Shock and Vibration: Normal Truck or Trailer, Thermal Overload: 85 degrees C shutdown. 1 each; broadband linear High Power RF Amplifier (HPA) system that is rated at of 100 watts (minimum) with minimum frequency coverage of 1000 to 3000 MHz. FREQUENCY RANGE: 1000-3000 MHz, Output Power CW: 100 min Watts, Power Output @ 1 dB G.C.P.: 80 Watts min, Power Gain @ 1 db G.C.P: 50 dB min, Input Power for rated output power: 0 dBm nominal, Small Signal Gain Flatness: + 2.0 dB max, Gain Adjustment: 25 min dB, Input/Output Return Loss: -10 dB, Noise Figure @ max gain: 7 dB typical/10 dB max, 3rd Order Intercept Point: +59 dBm, Harmonics @ 1dB G.C.P.: -20 dBc, Spurious Signals: -70 dBc typical/-60 max, Operating Voltage (single Phase): 100 min/240 max Vac, AC Power consumption: 1400 max W, Input Overdrive: +6dBm max, Load VSWR @ rated P1dB G.C.P.: infinite @ any angle/magnitude (nominal), Thermal Overload: 85 degrees C Shutdown Max, Dimensions: equal/greater 19 inch x 8.75 inch 22 inch, Weight: equal/greater 80 lbs max, RF Connectors Input/Output: Type N Female, Grounding: Chassis, Cooling: Internal Forced Air, Operating Temperature: 0 degrees min/+50 degrees max C, Non-Operating Temperature: -40 min/+85 max C, Operating Humidity: 95 percent min Non-Condensing, Operating Altitude; 10,000 ft min/30,000 max ASL, Shock and Vibration: Normal Truck or Trailer. TECHNICAL REQUIREMENTS: The Linear HPA will be a small, self-contained, lightweight, air-cooled, broadband amplifier that provides instantaneous broadband signal generation to develop RF fields in an open field test site. The amplifier must be of rugged solid-state and Class AB linear design. The amplifier will be housed in a single equipment rack and will provide a complete stand-alone performance for testing. HPA will be of a design that provides a high efficiency operation rate, proven reliability, low distortion and is stable across the frequency range. The HPA must provide high gain, wide dynamic range, low distortions and good linearity. Input signals will be from signal generators that are both swept and stepped through the frequency band. The amplifier will be able to be controlled either locally or by remote. The amplifier's front panel must have a LCD touchscreen digital display that provides extensive system status information accessed through a series of menus via soft keys. Status indicators include power on, warm-up, standby, operate, faults, excess reflected power warning and remote standby mode, VSWR protection, gain control, ALC on/off, forward and reflected RF output sample port, plus monitoring of the HPA amplifier critical parameters. Front panel type-N connectors are required. The amplifier will have front handles and provisions for rack mounting. The amplifier must have thermal overload, over current and over voltage circuit protection. Minimum two year warranty. Must include a complete set of operator/system technical manuals. FOB DESTINATION: Fort Huachuca, Arizona. Payment will be made by Defense Finance and Accounting under provisions of Wide Area Work Flow under Net 30 Terms. Offers are due no later than 12 noon, Mountain Standard Time, 21 May 2008. Offers shall be submitted electronically at: carmen.simotti@us.army.mil. EVALUATION CRITERIA/ PROCEDURES: Offers will be submitted in commercial quote format. The offers will be evaluated based on the following best value criteria in descending order of importance: Meeting the requirement, Proposed Delivery Schedule, Past Performance, and Price. Equipment must be delivered within 120 days of purchase. 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 Simotti at (520) 533-8189 or carmen.simotti@us.army.mil. The synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-25. This is a total small business set aside. The NAICS code is 334220. The solicitation is issued as a request for proposal (RFP) and will be awarded as a firm-fixed-price. All Electronic and Information Technology 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 acquisition (See evaluation criteria above). Offerors shall include a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications Commercial Items or ORCA, 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 Implementing 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 response to this announcement.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f7cc36b586a6bd3fe62b40bb6f666518&tab=core&_cview=1)
 
Place of Performance
Address: ACA, South Region, Electronic Proving Ground Directorate of Contracting, Banister Hall, Bldg 143, 2000 Arizona Street Fort Huachuca AZ
Zip Code: 85613-7063
 
Record
SN01570814-W 20080514/080512215127-f7cc36b586a6bd3fe62b40bb6f666518 (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.