Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 19,1996 PSA#1661

COMMANDER, USA WHITE SANDS MISSILE RANGE, STEWS-DOC, WSMR NEW MEXICO 88002-5201

58 -- MICROWAVE COMPONENTS FOR THE REMOTELY OPERATED OPTICAL TRACKING SYSTEM SOL DAAD07-96-R-0119 DUE 090396 POC Edna T. Hakenson, Contract Specialist, at (505) 678-4936 or Norbert F. Dupre, Contracting Officer, (505) 678-5134 (Site Code DAAD07) The U.S. Army White Sands Missile Range intends to enter into a contract on a NONCOMPETITIVE basis with Lockheed Martin, Telemetry & Instrumentation, 9020 Balboa Avenue, San Diego, CA 92123-3507 in accordance with FAR 6.302-1, ''Only one source and no other supplies or services will satisfy agency requirements''. This announcement is a combined synopsis/ solicitation for a Firm-Fixed-Price contract for commercial items in accordance with FAR 12.6, as supplemented with additional information included in this notice. THIS IS NOT A REQUEST FOR PROPOSALS but is provided for INFORMATION PURPOSES only. The solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular 90-37 and Defense Acquisition Circular 91-10. The standard industrial code (SIC) is 3663 and the small business size standard is 750 employees. Copies of the bid schedule, WSMR local clauses, and certifications can be obtained by contacting Edna T. Hakenson, at (505) 678-4936 or Mr. Norbert F. Dupre, at (505) 678-5134. CONTRACT LINE ITEMS: Note: NO SUBSTITUTES WILL BE ACCEPTED. THE FOLLOWING ITEMS MUST BE COMPATIBLE WITH THE EXISTING REMOTELY OPERATED OPTICAL TRACKING SYSTEM. OTHER POTENTIAL SOURCES MUST PROVIDE SUFFICIENT TECHNICAL AND PRICING DATA TO ALLOW THE GOVERNMENT TO EVALUATE WHETHER ANOTHER ITEM WILL SATISFY ITS REQUIREMENTS. CLIN 0001: Four (4) each Lockheed Martin Part Number 620T, TCM-620 Basic Transmitter, Includes Enclosure, AFC/Synthesizer, and Control Monitor. CLIN 0002: Four (4) each Lockheed Martin Part Number 620R, TCM-620 Basic Receiver, includes enclosure, control monitor, and AFC/Synthesizer. CLIN 0003: Lockheed Martin Part Number 130-0855-XXX, 2 Watt Power Amplifier Shelf, 15 GH with 140-0092 Filter Presel 14.0-15.35 GHZ CAL required with this item. CLIN 0004: One (1) Lot of Commercial Off-the-Shelf Operations and Maintenance Manuals. Two (2) sets of manuals for each of the line items described above will be provided for a total of six (6) manuals. Delivery of all items is due 120 days after date of award. Place of delivery is Transportation Officer, Building 1840, White Sands Missile Range, NM 88002-5530 (Zone 1). PURCHASE DESCRIPTION: 1.0: DEFINITION. 1.1 The FM Microwave communication system shall be capable of simplex or duplex transmission with any one of three different data streams or a composite analog signal. The three required data rates are 1) DS-1 to DS-2, 2) DSA or 3) DS-3. The composite analog signal contains: 1) a NTSC video signal, 2) a narrow band audio channel, and 3) an analog representation of a T-1 data signal. The microwave communication system shall be capable of operating in the 14.4 - 15.2 GHZ frequency band. 1.2 The microwave transmitter and receiver terminals shall be housed in portable, ruggedized enclosures. Two-foot parabolic antennas shall be mountable on air masts. The microwave terminal enclosures should be mountable in EIA standard 19-inch equipment racks removed from the antenna system up to a distance of 40 feet. Each microwave terminal must be housed in a single ruggedized enclosure for the transmitter and a single ruggedized enclosure for the receiver. 2.0: PERFORMANCE CHARACTERISTICS 2.1 Existing commercial off-the-shelf equipment and software shall be used to the greatest extent possible when meeting the following general performance characteristics. 2.2 The microwave terminal equipment shall have built-in test equipment circuitry that allows for the nondisruptive test of equipment parameters. It shall indicate equipment faults and provide control of equipment functions and tests. 2.3 All equipment shall be able to operate from plug-in AC power sources. When AC powered, the input AC power shall be 105-130 volts or 210-250 volts AC at 45-430Hz. Maximum power consumption for a transmitter or receiver terminal shall not exceed 95 watts. 2.4 The FM microwave system shall be rapidly and continuously tunable across the full 14GHz band (i.e. 14.4 to 15.2Ghz) in the field without the use of any external equipment. The ability to change frequencies and be continuously tunable across the full 14Ghz band in 1 GHz steps is mandatory. Preset channelized tuning is not acceptable. Co-located transmitters/receivers shall be able to operate with a minimum of 100Mhz separation between operating frequencies. 2.5 Transmitter power output shall be at a minimum of 1.0 watts. Frequency stability for the transmitter shall be at least 0.002% or better. 2.6 Receiver noise figure shall be no greater than 7.0 db with an RF filter provided. Frequency stability in the receiver terminal shall be a least 0.002% or better. 2.7 The microwave equipment shall have the ability to transmit/receive digital or analog information. The three different required digital data rates are: 1) DS-1 to DS-2, 2) DSA and 3) DS-3. The microwave terminal must accommodate the three different mission data types by rapid reconfiguration of the terminal using front access plug-in modules. When configured as a digital system, the microwave system shall be capable of transmitting a DS-3 digital signal with a threshold of -68dbM at a BER of 10E-6. The system shall accept data and clock inputs. The composite analog signal contains: 1) a NTSC video signal 2) a narrow band audio channel and 3) an analog representation of a T-1 data signal. These three analog signals described are combined into one composite analog signal occupying 15Mhz of baseband bandwidth. 2.8 The two foot antenna shall have a minimum gain of 29 dB with a front to back ratio of 30 dB. 2.9 All associated cables which connect the microwave terminal to the antenna feed, interconnect cables, circulators, couplers, filters and any other cable shall be furnished by the manufacturer and shall be rugged and capable of operating in a full range of operating temperatures and climates as referenced in paragraph 2.10 below. 2.10 The microwave equipment shall be ruggedized and designed to operate in an unsheltered environment under the following conditions: a. operating temperature: -20 to +50 Deg Celsius; b. storage temperature: -25 to +75 Deg Celsius; c. humidity: 95% relative at +25 Deg noncondensing; d. Altitude: to 15,000 feet operational to 40,000 feet storage. 2.11 The microwave equipment shall conform to the following mechanical parameters: a. Weight: 50 pounds maximum (transmitter or receiver); b. Connectors: 1) RF input receiver: Type N, 2) RF output transmitter: Type N; 3) Baseband output receiver: Type BNC; 4) Baseband input transmitter: Type BNC; 5) AC/DC power in: 5 pin male plug; 6) Service in channel: 4 pin connector; 7) Service out channel: 4 pin connector; 8) Data in, out: 3 pin connector; 9) Clock in, out: 3 pin connector. Federal Acquisition Regulation (FAR) 52.212-1, Instructions to Offerors - Commercial Items applies to this acquisition with the following addendum: FAR 52.233-2, Service of Protest (Oct 1995). WSMR local clauses which are a part of this addendum are 52.210-4101 and 52.215-4111. Lockheed Martin must provide a completed copy of FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (with addendum which includes DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items (Nov 1995)) with their proposal. FAR clause 52.212-4, Contract Terms and Conditions - Commercial Items (Oct 1995) applies to this acquisition with the following addendums: FAR 52.215-43, Audit - Commercial Items (Oct 1995), FAR 52.229-4, Federal, State, and Local Taxes (Noncompetitive Contract) (Jan 1991), FAR 52.232-28, Electronic Funds Transfer Payment Method (Apr 1989), FAR 52.247-34, F.O.B. Destination, DFARS 52.204-7003, Control of Government Personnel Work Product (Apr 1992), DFARS 52.243-7001, Pricing of Contract Modifications (Dec 1992), DFARS 52.246-7000, Material Inspection and Receiving Report (Dec 1991), FAR 52.211-8, Time of Delivery (Oct 1995); and DFARS 52.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (Nov 1995) (applicable clauses 252.225-7001, 252.225-7012, 252.233-7000, 52.252-247-7023 and 252.247-7024). WSMR clauses applicable to this solicitation are 52.232-4113, 52.242-4009 I, 52.242-4102, 52.246-4102 and 52.247-4101. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Oct 1995) applies to this solicitation (applicable clauses: 52.203-6 I, 52.203-10, 52.219-8, 52.222-26, 52.222-35, 52.222-36, 52.222-37 and 52.225-3). This is a DX rated order DX A70. The proposal from Lockheed Martin is due at 1500 hours (MTZ), 03 September 1996. Mailing address is DIRECTORATE OF CONTRACTING, ATTN STEWS DOC MS (MS HAKENSON), WHITE SANDS MISSILE RANGE NM 88002-5201. The Government will evaluate the offeror's proposal to ensure that all Government requirements are met. Award is subject to negotiation of a fair and reasonable price. See Note 22 except that any responses must be received prior to the closing date of 03 September 1996, 1500 hours (MTZ). (0228)

Loren Data Corp. http://www.ld.com (SYN# 0215 19960816\58-0001.SOL)


58 - Communication, Detection and Coherent Radiation Equipment Index Page