Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 15,1997 PSA#1992

Naval Research Laboratory, Attn: Code 3230, 4555 Overlook Avenue, SW, Washington, DC 20375-5326

59 -- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS SOL N00173-98-R-LS02 POC Contact, Contract Specialist, Lisa Bridgan, Code 3230.LS (202)767-3739, Contracting Officer, Carol Parnell, Code 3230.CP (202)767-3739 E-MAIL: synopsis@contracts.nrl.nav.mil, synopsis@contracts.nrl.navy.mil. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. This solicitation number N00173-98-R-LS02 is a request for proposals (RFP). The small business size standard for this acquisition is 750 and the SIC code is 3663. This acquisition is a 100% small business set-aside. The Naval Research Laboratory (NRL) has a requirement for an L-Band Transmitter, 1 Each. The contractor shall provide a transmitter/amplifier to be installed at a Naval Research Laboratory Field Site located in Southern Maryland for use in a ground terminal command system. The transmitter/amplifier must be highly reliable and light weight, and must mount on the counterweight assemblies of a steerable antenna in order to eliminate the cost and loss of the rotary joints and transmission line from the base of the elevation over azimuth antenna pedestal. The transmitter/amplifier must meet or exceed the following specifications while the antenna is positioned to any elevation angle above horizon. (1) Power output -- 500 watts CW minimum (adjustable), (2) frequency range -- 1.75 -- 1.85 Ghz, (3) Power input -- 0dBm +/- dB, (4) Output isolation -- Sufficient to protect output amplifier from short or open circuits on the out-line, (5) spurious output must be <-80 dBC with noise power density -70dB/Hz. It must be consistent with full duplex operation with receive frequencies between 2.2 Ghz and 2.3 Ghz (120 isolation provided by diplexer at common feed)., (6) Input VSWR -- 1.2:1 max., (7) Output VSWR 0 1.2:1 max., (8) Must not exhibit microphonics, (9) prime power input (available) -- 208 VAC 3 Phase 60 Hz, (10) Remote Control of the transmitter shall include the following: (a) EIA-530 with no modem control, (b) Asynchronous serial 8 data bits, no parity, 1 stop bit, 9600 baud minimum, and (c) Contractor is encouraged to use Government protocol -- Remote Control Command and status format available is upon request, (11) Total weight of antenna mounted component must not exceed 380 lbs./side, (12) Cooling must be consistent with mounting on antenna, (13) Mating connectors for all multi-pin connectors must be supplied with the transmitter: (a) power amplifier input must be a type N Female, (b) Power amplifier output must be a 7/8" EIA Flange, (14) Coaxial output impedance must be 50 Ohms, (15) Must have the following General Features: (a) monitor points must include at a minimum a sample of the RF output (coupling at 50 dB calibrated over frequency range) to be available on an external type N Female connector, (b) status/fault indicator lights, and (c) wiring must be color coded or individually identified, (16) operating temperature range must be -10 C to + 50 C, (17) operating humidity must be 95% non-condensing, (18) shock and vibration -- transmitter/amplifier will be mounted on a steerable antenna (El over Az). The systems are capable of velocities to 10 /sec. and acceleration 15 /sec/sec. The transmitter will located 5 feet from the center of rotation., (19) MTBF (Mean Time Between Failure) -- 12,500 hours must apply on electrical specifications which should be calculated at 25 C ambient temperature with a Duty cycle 25% -- -link may be active up to 1 hour continuous, and (20) MTTR (Mean Time To Repair) must < 45 minutes when performed by a skilled technician. The contractor shall provide final test data and diagrams of all test setups showing the equipment used and the calibration values and losses of attenuators, couplers, and coaxial lines upon delivery. In addition, the contractor shall provide two copies each of the maintenance and operating manuals. The required delivery schedule is not later than 180 days from contract award. The contractor shall deliver the system (all shipping charges paid) and the Government will accept the system at FOB Destination point, NRL, Blossom Point Detachment in Southern Maryland. The incorporated provisions and clauses of this acquisition are those in effect for Federal Acquisition Regulation (FAR) through Federal Acquisition Circular 90-46 and for Defense Federal Acquisition Regulation Supplement (DFARS) through Defense Acquisition Circular 91-11. The following clauses and provisions are hereby incorporated by reference into this solicitation. Offerors are advised to propose in accordance with the provisions at FAR 52.212-1, Instructions to Offerors -- Commercial Items. Offerors are advised to include with their offer a completed copy of the following provisions: FAR 52.212-3, Offerors Representations and Certifications -- Commercial Items and DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate. Offerors will be evaluated in accordance with FAR 52.212-2, Evaluation -- Commercial Items. The specific evaluation criteria under paragraph (a) of FAR 52.212-2 is: (1) technical capability of the item offered to meet NRLs need, (2) price, and (3) past performance. Technical and past performance when combined, are of equal importance in comparison to price. The following FAR clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. The additional clauses cited under FAR 52.212-5, that are applicable to this acquisition are FAR 52.203-6, 52.203-10, 52.219-8, 52.219-14, 52.222-26, 52.222-35, 52.222-36, and 52.222-37. The clauses at DFARS 252.212-7001, Contracts Terms and Conditions Required to Implement Statues Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The additional clauses cited under DFARS 252.212-7001, that are applicable to this acquisition are: DFARS 252.225-7001 and 252.227-7015. Any contract awarded as a result of this solicitation will be a DO rated order certified for national use under the Defense Priorities and Allocations System (DPAS) (15.CFR 700). Offers must be delivered to Contracting Officer, Code 3230.LS, Bldg. 222, Rm. 115A, Naval Research Laboratory, 4555 Overlook Ave., SW, Washington, DC 20375-5326 and received no later than 4:00 PM EST on 22 December 1997. The package should be marked with the RFP number and the closing date of the solicitation. For information regarding this solicitation contact Lisa Bridgan, Contract Specialist at (202) 767-3739. All responsible sources may submit a proposal which shall be considered by the agency. Note 1. (0345)

Loren Data Corp. http://www.ld.com (SYN# 0228 19971215\59-0014.SOL)


59 - Electrical and Electronic Equipment Components Index Page