Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 20,1996 PSA#1662

U.S. Department of State, Office of Acquisition, P.O. Box, 9115, Rosslyn Station, Arlington, Virginia 22219-0244

58 -- RADIO RECEIVERS SOL S-OPRAQ-96-R-0624 DUE 083096 POC Mark T. Burns, 703-875-6052 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. The solicitation, number S-OPRAQ-96-R-0624, is issued as a request for proposal (RFP). The solicitation/contract will include all applicable provisions and clauses in effect through FAC 90-40. Item to be acquired: Radio Receivers with following characteristics: APPLICATION: Electromagnetic Measurements, Spectrum Analysis and Frequency Surveillance; CAPABILITY: Extend frequency range to 18 GHz via down converter, Manual and remote tuning and control, Remote control of all receiver functions by host computer via an IEEE-488 Interface, Front and back panel connectors for RF, video and analog signals, Digital voltmeter (DVM) function, provide video data on IEEE bus and withstand frequent travel/handling conditions; SPECIFICATIONS: Frequency Range: 1kHz - 1GHz, Noise: less than 16 dB, RF Input: two; remote/local; Dynamic Range: better than 60 dB; Input VSWR: better than 2:1; Input Impedance: 50 Ohms (Nominal); RF Input (Max.): 1 Watt CW, LO Leakage (Input): - 90 dBm, Residual Spurs: - 120 dBm, IF Rejection: at least 80 dB, Image Rejection: at least 80 dB, Attenuation: 0-70 dB (10 dB steps), Gain: Single control knob w/50 dB adjust, range. Internal gain stages automatically optimized for impulsive/CW signals, user selected, Receiver Frequency Stability, Accuracy: 1 PPM after 15 minute warm-up, Tuning: tuning knob (manual), host computer (remote), Remote Interface: IEEE - 488, DVM: Peak-hold, 100 MHz BW, 12 bit A/D, Wide-BW IF Output: Frequency at 1450 MHz (Nominal), Bandwidth greater than 400 MHz, Level at least -30 dBm into 50 Ohms; Signal Monitor Output: 15 MHz maximum BW, IF Center Frequency: 21.4MHz, IF BW: 200 Hz - 20 kHz (1,2,5 sequence) plus 80 kHz, 300 kHz, 1 MHz, 4 MHz and 15 MHz, IF Filter Shape Factor: 4:1 typical, IF Output Level: 10 dBm Max. into 50 Ohms, AGC: keypad selectable, Peak Detection Modes: AM, CW, (BFO), Video Outputs: AM (linear), Log, Z-axis, 50 ohms, Video BW: not less than 1/2 selected IF BW, AM Video Dynamic Range: at least 30 dB, Log. Dynamic Range: at least 60 dB, AM. Log Output: 4 volts max. at 50 ohms, Z-Axis: adjustable to 2 Vrms, reversible, Audio: greater than 1 Vrms (8 Ohms), plus-minus 3 dB, 20 Hz - 20 kHz, Physical Characteristics: Weight - Not-To-Exceed 42 lbs., size - Not-To-Exceed 5.25'' x 19'' x 20.5'', volume - Not-To-Exceed 1.18 cubic feet, rack mount, Power: Line Voltage - 117/230 VAC, plus-minus 15 percent, 50 - 60 Hz, power dissipation - 100 W. A maximum of 10 units will be purchased under the resultant requirements contract which will be for a twelve (12) month base year, plus 3 one year option periods. The estimated quantity for the base year is 1 each, and estimated quantity for each option year is 2 each. A requirements contract up to a maximum of 10 units is contemplated. An owner's manual with maintenance procedures shall be provided with each radio delivered under the resultant contract. If there is a charge for the owner's manuals, the offeror shall state a unit price for a quantity of one (1) for the base period and quantity of two (2) for each option period. Offerors shall provide an equipment warranty with the same terms and conditions as that offered to their most favored customers with a minimum duration of one (1) year. Deliver F.O.B. Destination to SA-10, 2121 Virginia Avenue, NW, Washington, DC 20037, Attn: Steve Newberg no later than 60 days after issuance of a delivery order. FAR 52.212-1 - Instructions to Offerors--Commerc ial Items, applies to this acquisition. Award will be made to the lowest priced, technically acceptable responsible offeror. Offerors shall provide descriptive literature, product specifications, warranty terms and conditions, and one copy of owner's manual with maintenance procedures as part of the proposal. Offerors shall state in their proposal whether they desire the return of material submitted to the Department of State for evaluation purposes. FAR 52.216-18, -19, and -21 and 52.217-9 are incorporated by reference, with the following fill-ins: 52.216-18: (a) the effective date of the contract through the expiration date of the contract; 52.216-19 (a) $100, (b)(1) 10 units, (b)(2) 10 units, (b)(3) 30 calendar, and (d) 5 working days; 52.216-21: (f) no more than 60 days after contract expiration 52.217-9: Option Year 1 - 12 months after contract award, Option Year 2 - 24 months after contract award, and Option Year 3 - 36 months after contract award. FAR clause 52.212-4 - Contract Terms and Conditions--Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, will apply to the resultant contract: 52.203-6, 52.203-10, 52.219-8, 52.222-26, 52.222-35 (DOS Deviation), 52.222-36, 52.222-37, 52.225-9. DOSAR clauses 652.203-70 and 652.206-70 will also apply, as well as the Arab League Boycott of Israel and Export Administration Act clauses which are available from the Contracting Officer pending inclusion in the DOSAR; in addition, offerors must certify that they: (a) do not comply with the Arab League boycott of the State of Israel, by taking or knowingly agree to take any action with respect to the boycott of Israel by the Arab League countries, which Section 8(a) of the Export Administration Act of 1979, as amended (50 USC App 2407(a)) prohibits a U.S. person from taking, and (b) do not discriminate in the award of subcontracts on the basis of religion. All offerors must include a completed copy of FAR 52.212-3-Offeror Representations and Certifications--Commercial Items. A copy of the Representations and Certifications may be obtained by calling the point of contact listed in this notice. SIC code is 3663, size standard is 750 employees. See numbered Note 12. Proposals are due by 3:00 pm eastern daylight time, August 30, 1996. Offerors are to use the following address and telephone number if proposal is hand-delivered: U.S. Department of State, Office of Acquisition, Room 528, 1700 N. Lynn Street, Arlington, Virginia 22209, Customer Service Center: 703-516-1706. All responsible sources may submit a proposal which shall be considered. (0229)

Loren Data Corp. http://www.ld.com (SYN# 0205 19960819\58-0001.SOL)


58 - Communication, Detection and Coherent Radiation Equipment Index Page