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