Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 2,1996 PSA#1628

NISE East Charleston, Contracts Division, 4600 Marriott Dr., N. Charleston, S.C. 29406-6504

66 -- FURNISH 500 WATT OUTPUT RF AMPLIFIERS (2-18 GHZ) SOL N65236-96-R-0213 DUE 073196 POC Contact Kendra Blanks, Code 1113KB, (803)743-4840/Contracting Officer, Paulette Dillard. 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 -- Subject solicitation number N65236-96-R-0213 is issued as a request for proposal (RFP) -- The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-37 -- Subject procurement is not a small business set-aside, however, the SIC Code is 3829, with a small business size standard of 500 employees -- The contract line item numbers (CLINs), item descriptions, and quantities for the subject procurement are as follows: CLIN 0001 - RF POWER AMP 500 WATTS CONTINUOUS 2 to 4 GHz - Quantity 1, CLIN 0002 - RF POWER AMP 500 WATTS CONTINUOUS 4 to 8 GHz - Quantity 1, and CLIN 0003 - RF POWER AMP 500 WATTS CONTINUOUS 8 to 18 GHz - Quantity 1 -- The specification requirements for the 500 WATT RF HIGH POWER AMPLIFIERS (2-18 GHz) are set forth below. The system shall operate between 2 GHz to 18 GHz. It will be used for radiated susceptibility tests. Any power amplifiers that meet the minimum specifications listed below are acceptable. TECHNICAL BACKGROUND: The contractor shall provide 500 watt RF power amplifiers (not to exceed three units/amplifiers, i.e., 2-4 GHz, 4-8 GHz, and 8-18 GHz) of all new parts, components, and materials. Each amplifier shall have the following minimum salient features: Frequency Range: 2 GHz to 18 GHz (consist of a maximum of three amplifiers, i.e., 2-4, 4-8, and 8-18 GHz), VSWR Tolerance: 2:1 Max, Power Supply Voltage: 208V, 60 Hz, 3 phase, Continuous Power: not less than 500 watts, Power Output Stability: 0.3 dB Max at 100 millisecond interval, Bandpass Flatness: a) +/-2 dB or better (2-4 GHz), b) +/-4 dB or better (4-18 GHz), Minimum Gain: 57 dB, Gain Stability: 0.3 dB Max at 1 hour period, Phase Stability: +/- 1.5 degree Max peak-peak, Maximum Input: 0 dBm (it is expected that the unit will be equipped with a drive amplifier), Spurious Emission: equal to -50 dBc or better, Noise Figure: 37 dB Max, Input Impedance: 50 ohms, Output Impedance: a) 50 ohms (2-8 GHz), b) 50 ohms (8-18 GHz) also other output impedance is acceptable if the output connector is a waveguide, Input/Output Connector: a) Input: Precision N type female, b) Output: Precision N type female SC high frequency, high power connector (for 8-18 GHz model WRD750 waveguide or equivalent is also acceptable, however, waveguide is preferred to a high power, high frequency N-type female connector), Environmental: a) Operating Temperature: (1) +126( F Max, (2) 0( F Min, b) Relative Humidity: (non-condensing) 95% Max, Cooling: Self contained, air cooled, Reverse Power Monitor: The amplifier shall have a monitor for monitoring the reverse power, Amplifier Protection: Shall be self protected against any load mismatches (up to 100% reflected power), Dimensions (WxHxD): Not to exceed 19 x 22 x 30 inches per unit, Weight: Not to exceed 290 lbs per unit, Input Isolator: The amplifier shall have an input isolator, Cabinet Mounting: The amplifier shall fit in standard rack cabinet and the amplifier shall have at least two handles on the sides for easy carrying use, Remote Control: The amplifier shall be capable of remote control, IEEE-488 Bus: Used for remote control of the unit and the transfer of data to a computer. The connector shall be standard IEEE-488 female, RF Sample Ports: Shall have both the forward and reverse power sample ports for monitoring the forward and reflected power. TECHNICAL DATA: The contractor shall provide a Commercial Operator Manual and Commercial Repair Technical Manual. WARRANTY: In accordance with FAR 12.404(b), offerors are required to offer the Government at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. However, the minimum warranty period shall be twelve (12) months -- A firm-fixed price type contract will be awarded, with a required delivery/performance schedule, for each CLIN, of 120 days after contract award -- All items are to be furnished FOB Destination to: Receiving Officer (N65236), Naval Command, Control and Ocean Surveillance Center, In-Service Engineering, East Coast Division (NISE East), 1639 Avenue ''B'' North, North Charleston, SC 29405-1639 -- Inspection and acceptance shall be accomplished at destination, by the receiving activity -- The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition -- Award of the contract resulting from this solicitation will be made to the responsible offeror whose offer conforms with all the requirements of the solicitation and whose proposal reflects the lowest cost or price. The Government reserves the right to eliminate from further consideration those proposals which are considered non-responsive. An offeror must quote on all items in this solicitation to be eligible for award. The Government intends to make a single award to the acceptable offeror whose total offer on all items is the most advantageous to the Government, on the basis of lowest cost or price -- Offerors are required to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer -- Additional clauses which apply to the subject acquisition include FAR 52.212-4, Contract Terms and Conditions-Commercial Items, and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, which incorporates the additional FAR clauses cited as follows: 52.203-6, Restrictions on Subcontracting Sales to the Government, with Alternate I, 52.203-10, Price or Fee Adjustment for Illegal or Improper Activity, 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns, 52.222-26, Equal Opportunity, 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans, 52.222-36, Affirmative Action for Handicapped Workers, 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, and 52.225-3, Buy American Act - Supplies -- Sealed offers in original and three (3) copies for furnishing the supplies required by the subject solicitation will be received at: Naval Command, Control and Ocean Surveillance Center, In-Service Engineering, East Coast Division (NISE East), 4600 Marriott Drive, North Charleston, SC 29406-6504, or, if handcarried, in the depository located in Building # 198, Naval Shipyard, Charleston, SC, until 3:00pm local time 07/31/96 -- All responsible sources may submit a proposal which shall be considered -- Questions and requests for information regarding the solicitation should be directed to Kendra Blanks, Contract Negotiator, at (803) 743-4840. (0180)

Loren Data Corp. http://www.ld.com (SYN# 0386 19960701\66-0001.SOL)


66 - Instruments and Laboratory Equipment Index Page