SOURCES SOUGHT
59 -- Cryogenic Sapphire Oscillator (CSO) systems
- Notice Date
- 3/9/2017
- Notice Type
- Sources Sought
- NAICS
- 334419
— Other Electronic Component Manufacturing
- Contracting Office
- N00189 NAVSUP Fleet Logistics Center Norfolk Philadelphia Office 700 Robbins Avenue, Building 2B Philadelphia, PA
- ZIP Code
- 00000
- Solicitation Number
- N0018917QZ091
- Response Due
- 3/15/2017
- Archive Date
- 3/30/2017
- Point of Contact
- Pamela Owens
- E-Mail Address
-
<!--
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought Synopsis announcement; market survey for information only, to be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. The NAVSUP Fleet Logistics Center Norfolk, Contracting Department, Philadelphia Office has a requirement for three state-of-the-art Cryogenic Sapphire Oscillator (CSO) systems. The systems must include the sapphire oscillator, cryostat, compressor, and all of the electronics required for standard operation at the specified performance. The oscillator performance needs to be characterized by fractional frequency stability of 3ï‚´10ï 15 or better, for all averaging times between 1 and 10,000 seconds. The system must be able to operate continuously (24 hours a day, 7 days a week) without requiring any user intervention or maintenance any more regularly than once per year. The required maintenance must be straightforward and able to be carried out without reliance on the manufacturer. An output at frequency of either 1 GHz or 10 GHz, with the same performance as the fundamental frequency of the oscillator is required. The power level of this output must be 10 dBm + 1 dBm. An output at frequency of 5 MHz with short-term stability of 2ï‚´10ï 14 at 1 sec and 3ï‚´10ï 15 between 100 and 1000 seconds or better is also required. The power level of this output must be 10 dBm  1 dBm. The system must also be able to operate on 115 or 220 VAC, 60 Hz, single phase power; i.e. standard AC power available in the United States, must not require the use of 3 phase AC voltage, and must not generate more than 4.5kW of heat. This SOURCES SOUGHT SYNOPSIS is a Government effort in accordance with Part 10 of the Federal Acquisition Regulation to conduct Market Research to support potential future planning initiatives through data collection. This announcement is issued solely for information and planning purposes. It does not constitute a solicitation (Request for Proposal or Request for Quotations) or a promise to issue a solicitation in the future. This announcement does not commit the Government to contract for any supply or service whatsoever. Furthermore, we are not at this time seeking proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this announcement. All costs associated with responding to this announcement will be solely at the responding party ™s expense. All information received in response to this SOURCES SOUGHT SYNOPSIS that is marked PROPRIETARY will be handled accordingly. The Government shall not be liable or suffer any consequential damage for any proprietary information not identified. Proprietary information or trade secrets shall be clearly identified. Responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract or agreement. The Navy will not be obligated to pursue any particular acquisition alternative as a result of the announcement. Responses to the announcement will not be returned. Not responding to the announcement does not preclude participation in any future solicitation, if one is issued. No solicitation document exists at this time. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various interested business including but not limited to members of the Small Business Community such as Section 8(a), Historically Underutilized Business Zones (HUB-Zone), and Service-Disabled Veteran-Owned Small Business (SDVOSB) to compete and perform a Firm Fixed Price Contract. Responses to this posting shall provide a summary of their company ™s capabilities including organization name, address, and past experience; and a point of contact, telephone number, facsimile number, email address, business size, DUNs number, CAGE Code and a thorough description of the CSO that can be provided. The equipment must meet or exceed the specifications of the CSO as outlined above. All submissions must be received by 5:30pm EST on 15 March 2017. Responses to the Sources Sought are required to be provided by email to Ms. Pamela Owens at email address pamela.owens@navy.mil If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website at http://www.fedbizopps.gov/ and the Navy Electronic Commerce Online (NECO) website at www.neco.navy.mil. It is the responsibility of potential quoters to monitor these sites for additional information pertaining to this potential requirement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/FISCDETPHILA/N0018917QZ091/listing.html)
- Record
- SN04429920-W 20170311/170309234802-11453136e472109444dec6e069b04f63 (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 |