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