Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 25, 2011 FBO #3561
SOURCES SOUGHT

58 -- Vector Network Analyzer

Notice Date
8/23/2011
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC/PKO, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
F4FBBG1209A001
 
Archive Date
9/17/2011
 
Point of Contact
Stephanie E. Roberts, Phone: 9375224527
 
E-Mail Address
stephanie.roberts@wpafb.af.mil
(stephanie.roberts@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS (Not a Notice of Solicitation) The United States Air Force, ASC/Operational Contracting Division, Wright-Patterson AFB, Ohio is seeking potential sources that are capable of providing one (1) Vector Network Analyzer. Contractors responding should specify that their product meets the specifications provided below and provide detailed product information to show clear technical compliance. Additionally, sales history, including recent commercial companies sold to should be included to determine commerciality. The required specifications for the System are as follows: Applications (Typical usage): 1) Radar Cross Section and Antenna Measurements 2) Time Domain Measurements 3) S-parameter Measurements 4) Component Characterization 1. Performance Requirements: 1.1. Operational Frequency: 1.1.1. Frequency Range: 10 MHz -43.5 GHz 1.1.2. Frequency Resolution: 1Hz 1.2. Operational Power 1.2.1. Output Power: +16 dBm 1.2.2. Power Sweep Range: 38dB 1.2.3. Power Level Linearity (10 MHz -43.5 GHz): +/-2.0dB 1.3. System Dynamic Range: 121-125dB 1.4. System IF Bandwidth: 1Hz to 5 MHz 1.5. Low noise floor of -111 dBm at 10 Hz IF bandwidth 1.6. Harmonics: 10 MHz to 2 GHz: -50dBc, Above 2GHz: -60dBc 2. Features 2.1. Front Side: 2.1.1. 2 Test Ports 2.1.2. Front Panel Jumpers on each test port that give access to the source output, reference receiver, directional coupler, and port receiver. 2.1.3. RF connector type: 2.1.3.1. 2.4mm (male), 50 ohm 2.1.4. 4 USB 2.0 Ports 2.1.5. Display 2.1.6. Size: 10.4 in diagonal color LCD: 1024 x 768 resolution (horizontal x vertical) 2.2. Back Side: 2.2.1. 10 MHz Reference In 2.2.2. 10 MHz Reference Out 2.2.3. External IF Inputs/ Outputs 2.2.4. Pulse Inputs /Outputs(for IF Gates) 2.2.5. RF Pulse Modulator Inputs/Outputs 2.2.6. External Test Set Mixer Drivers 2.2.7. VGA Video Output 2.2.8. Bias Tee Inputs 2.2.9. GPIB interface 2.2.10. Parallel Port 2.2.11. USB 2.0 Ports (2 or more ports) 2.2.12. Ethernet Port 2.2.13. Line Power Input 2.3. ISO 17025 compliant calibration 2.4. Time Domain Measurement Capabilities 2.5. Independent Tuning of Source and Receiver 2.6. Pulsed-RF measurements Capabilities 2.6.1. controls the internal receiver and internal/external IF gates 2.6.2. controls internal/external pulse generators and modulator 2.7. Internal pulse modulator for the internal source 2.8. Four internal pulse generators All interested contractors shall submit a response demonstrating their capabilities to produce the requested equipment to the Primary Point of Contact listed below. As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. Contractors responding should indicate whether they are, or are not, a small business, a socially and economically disadvantaged business, or a woman owned business. The general definition of a small business is one that is independently owned and operated, is not dominant in the field of operation in which it is proposing on Air Force contracts and with its affiliates; and the number of employees does not exceed 500. NAICS Code to be used for this acquisition is 334516. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent acquisition. Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled contractor and any contemplated use of foreign national employees on this effort. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not individually be notified of the results of any government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), SDB, WOSB, VOSB, etc.). CAPABILITIES PACKAGE: All interested contractors shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of commercial sales-and product specifications related to this effort. Responses may be submitted electronically to the following e-mail address: stephanie.roberts@wpafb.af.mil in a Microsoft Word compatible format or mailed to ASC/PKOAA POC: Stephanie Roberts, 1940 Allbrook Dr. Ste 3 Rm 109, Wright-Patterson AFB, OH 45433-5309 to be received no later than 9:00 a.m. Eastern Standard Time, 2 September, 2011. Direct all questions concerning this acquisition to Stephanie Roberts at stephanie.roberts@wpafb.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/F4FBBG1209A001/listing.html)
 
Place of Performance
Address: 2241 Avionics Circle, WPAFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN02546556-W 20110825/110824000754-4bfd4baff0c5dddd35b8f720c4654541 (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.