|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 3,1998 PSA#2043Dahlgren Division, Naval Surface Warfare Center, 17320 Dahlgren Road,
Dahlgren, VA 22448-5100 58 -- RECEIVER/COMBINER PERIPHERAL SOL N00178-98-R-1023 DUE 031298 POC
Laurel M. Campbell, (540)653-4902, Code SD113, Contract Specialist, or
Paul Learn, Code SD11, Contracting Officer WEB: NSWCDD Procurement
Division Home Page, http://www.nswc.navy.mil/supply. E-MAIL: Contract
Specialist for N00178-98-R-1023, lmcampb@nswc.navy.mil. 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 is
N00178-98-R-1023 and is a RFP. Simplified Acquisition Procedures will
be used. The solicitation document and incorporated provisions and
clauses are those in effect through Federal Acquisition Circular 97-03
and Defense Acquisition Circular 91-12. This is full and open
competition, SIC 3663-750 employees. This requirement is a Firm-Fixed
Price contract for the acquisition of three (3) units with options for
up to two (2) additional Receiver/Combiner Peripherals (RCP) in
accordance with the following specifications stated herein. The
contractor shall provide: CLIN 0001 Three (3) Units, Receiver/Combiner
Peripheral; Option CLIN 0101 (if exercised) -- One (1) Unit,
Receiver/Combiner Peripheral; and Option 0102 (if exercised) -- One (1)
Unit, Receiver/Combiner Peripheral. OPTION EXERCISE PERIOD: Option
CLINs 0101 and 0102 may be exercised at anytime within 240 days of
award of CLIN 0001. Evaluation of options will not obligate the
Government to exercise the options. DESCRIPTION: C.1 Item
Definition:Receiver/Combiner Peripheral (RCP) to be used for the
reception and pre-detection combining of U.S. Navy telemetry data in
the 2200 Mhz to 2400 Mhz frequency spectrum. The RCP shall provide two
independent receiver/combiner units (four receiver modules and two
combiner modules) in a single ruggedized enclosure. Four receiver
modules shall be utilized in pairs along with a single combiner to
create two dual channel receiver/combiner units contained within a
single enclosure. Figure 1 is a diagram of the required RCP
configuration. Setup and control of the RCP shall be accomplished from
a host computer via industry standard RS-232C and Ethernet interfaces.
A "point and click" Windows NT compatible software package for control
and status monitoring of all RCP functions shall be provided. The RCP
shall conform to all IRIG 106-96 telemetry standards. C.2 RCP Hardware
Modules The RCP shall consist of the following hardware modules as a
minimum: a. Receiver Modules, 4 each b. Pre-Detection Combiner Modules,
2 each C.3 Receiver Module Requirements Each receiver module shall meet
the following minimum requirements: a. Receiver Type: Dual Conversion,
Superheterodyne b. RF Frequency Range: 2200 to 2400 Mhz tuneable in
0.1 Mhz steps c. Noise Figure: 12 dB Maximum d. Input Impedance: 50
ohms +/- 3 ohms e. Input VSWR: 2 to 1 maximum f. Image Rejection: 60 dB
minimum g. IF Rejection: 60 dB minimum h. Spurious Rejection: 60 dB
minimum i. Dynamic Range: Threshold to 10 dBm provided the RF inputs
are preceded by a minimum 20 dB gain pre-amplifier. j. First Local
Oscillator Characteristics: Synthesized, 100 Khz Tuning Incrementsk.
Second Local Oscillator Characteristics: Synthesized stable to +/- 1.5
parts per million. l. Second Intermediate Frequency (IF) Filters: Each
module shall contain four filters centered at 70 Mhz with each filter
having a symmetry of +/- 10%. Filter Bandwidths shall be 1.2 Mhz, 3.3
Mhz, 12 Mhz and 16 Mhz. m. Automatic Gain Control (AGC)
Characteristics: Each module shall provide an AGC output which is
linear to +/- 2 dB over any 30 dB range. AGC time constants of 0.1, 1
10, 100 and 1000 milliseconds shall be provided. n. Amplitude
Modulation (AM) Detection Characteristics: Each module shall provide an
AM output at a 2 Volt peak to peak level for a 50% AM signal (as
measured into 75 ohms). o. Outputs: The following outputs shall be
provided from each module as minimum; 70 Mhz 2nd IF output, AGC output,
AM output. p. Control/Status: The following parameters shall be
remotely controllable/readable for each module; RF frequency, IF
Bandwidth, AGC Time Constant, AGC Signal Level, AGC Auto Zero. C.4
Pre-Detection Combiner Module Requirements Each combiner module shall
accept AGC and 70 Mhz 2nd IF inputs from a pair of receiver modules and
generate a combined IF signal using an optimum ratio technique based on
AGC signal levels. Each module shall also provide for FM demodulation
of the combined IF signal. Each combiner module shall meet the
following additional requirements: a. Signal Improvement: Signal to
noise improvements of up to 2.5 dB shall be attainable. b. Common Mode
Rejection: Shall be less than 0.5 dB variation in combined video
(demodulated IF) output with simultaneous variations of both AGC inputs
over the full input dynamic ranges. c. Combiner Operating Modes: The
following user selectable modes shall be supported; Optimal Ratio,
Optimal Select, Channel 1 only, Channel 2 only. d. FM Demodulation: A
multirange (wide and medium) FM Demodulator shall be provided which
automatically switches bandwidth based on receiver module IF bandwidth
selection. FM demodulator shall provide sufficient bandwidth/slew rate
to support continuous throughput of a 15 Mhz signal at a video level of
2 volts peak to peak. Each demodulator range shall have a maximum
distortion and linearity of 5%. e. Video Output: Output Impedance shall
be 75 ohms, coupling shall be user selectable AC or DC. f. Video Output
Level: Adjustable up to 4.0 volts peak to peak g. Video Filters:
Demodulated data shall be split and filtered to provide 4 separate
simultaneous outputs as follows; filtered video out (shall include user
selectable filters of 150 Khz, 600 Khz, 1.5 Mhz, 6 Mhz and bypass), 200
Khz lowpass filtered output, 90 Khz lowpass filtered output and a 200
Khz highpass filtered output. h. Control/Status: The following
parameters shall be remotely controllable/readable for each module;
Combiner Mode, Demodulator Zero, Video Filter Selection, Video
Coupling, Video Gain, Video Level Meter. C.5 Peripheral Enclosure
Requirements: The RCP dimensions shall be 16 inches wide by 18 inches
deepby 8 inches tall. The form factor of the RCP enclosure shall be as
shown in figure 2. The enclosure shall include latches to interlock
with other enclosures of it's type. RCP weight shall not exceed 45
pounds. C.6 Connectors: The RCP shall provide the following
inputs/outputs with the corresponding connector types: a. RF Input (4
each), Type N b. IF Output (4 each), Type BNC c. Analog AGC (4 each),
Type BNC d. AM Video (4 each), Type BNC e. Filtered Video Outputs (8
each), Type BNC C.7 Status Monitors: LED Status Monitors for Power
Supply Voltages, Ethernet activity and RS-232 activity shall be
provided. C.8 Power Requirements: Unit shall operate from 110 Volt, 60
Hz AC Power. Maximum current required shall be 3.0 Amps. C.9
Environmental: The following environmental requirements shall be met.
Formal testing of requirements is not required, ability to meet
requirements shall be demonstrated through design practices: a)
Humidity: 5 to 95% non-condensing b) Operating Temperature: 0 to 40
degree Celsius c) Shock: 5 g's for 11 milliseconds, sine wave d)
Vibration: 2 g's rms from 25 to 2000 Hz e) EMI: Shall meet MIL-STD-461B
requirements C.10 Warranty: Unit shall include at least a standard 12
month warranty against manufacturing defects. The end use of the RCP
will be as part of a larger telemetry receiving system for Foreign
Military Sales (FMS). Anticipated FMS country end users include the
Netherlands, Germany, Taiwan and Canada. Although FMS countries will be
the end users of this hardware, all warranty repair points of contact
and shipping addresses will be U.S. Navy sites in the U.S.A. OPTION
EXERCISE PERIOD: Option CLINs 0101 and 0102 may be exercised within 240
days of contract award. Evaluation of options will not obligate the
Government to exercise the options. BEST VALUE EVALUATION CRITERIA: 1.0
This requirement will be evaluated on a Best Value basis. 2.0 Minimum
Requirements Methodology -- Each offeror will be evaluated to determine
if their proposal meets the minimum requirements stated in the
description/Section C above. This is a Pass/Fail criteria. 3.0 Added
Value Methodology -- There are three elements which have added value to
the Government. Each of the added value elements is essentially equal
in importance. Image Rejection -- (Description Element C.3.f) Exceeds
the 60 dBm minimum requirement. IF Rejection -- (Description Element
C.3.g) Exceeds the 60 dBm minimum requirement. Warranty -- (Description
Element C.10) Exceeds the 1 year minimum. 4.0 Past Performance Each
offeror shall provide the name and points of contact of the last five
sales to whom they have provided the same or similar equipment. Past
performance is essentially two and one-half times as important as the
added value elements. Each reference/point of contact will be asked to
rate the quality of the product, timeliness of delivery, product
support, and cost control. 5.0 Price is not scored in this evaluation
and is not considered the most important evaluation factor. The
importance of price as an evaluation factor will increase with the
degree of equality of the proposals in relation to the remaining
evaluation factors. After evaluation of the technical and price
proposals, cost may be the deciding factor for selection, depending on
whether a highly evaluated technical proposal warrants the evaluated
price difference. 6.0 Specific Evaluation Criteria Minimum Requirements
-- See Description/Section C above Added Value Items -- There are three
added value elements of the description in which exceeding the minimum
requirements is an added value to the Government. DELIVERY SCHEDULE:
All deliveries shall be inspected and accepted a point of destination,
and delivered FOB Destination to Naval Surface Warfare Center,
Dahlgren Division, 17320 Dahlgren Rd, Dahlgren, VA 22448-5100 as
follows: CLIN 0001, 180 days after contract award; Option CLINs 0101
and 0102 within 180 days after award of CLIN 0001. FAR 52.212-1,
Instructions to Offerors Commercial Items and the provision FAR
52.212-2, Evaluation- Commercial Items, apply to this solicitation and
are hereby incorporated by reference. Offerors shall include a
completed copy of the provision at FAR 52.212-3, Offeror
Representations and Certifications-Commercial Items with its offer. The
provision at FAR 52.212-4, Contract Terms and Conditions-Commercial
Items, apply to this acquisition. FAR 52.217-5 Evaluation of Options
apply to this acquisition. The provision at FAR 52.212-5, Contract
Terms and Conditions Required to Implement Statutes or Executive
Orders-Commercial Items, Subparagraphs (a), (b)1, 2, 3, 4, 6, 7, 8, 9,
11, 12, 16, 17 (d) and (e) apply to this acquisition and are hereby
incorporated by reference. Contractor shall provide a copy of their
commercial warranty. Contractor shall provide any descriptive
literature, brochures, etc. with their proposal. This procurement is
rated DO-A7. Offers are due by 12 March 1998 no later than 2:00 p.m.
(local time/EST) to: Laurel Campbell, Code SD113, 17320 Dahlgren Rd,
Dahlgren, VA 22448-5100 or by express mail or hand carried to the above
address at Building 183. Contact Laurel Campbell at 540-653-4902 for
further information. The Naval Surface Warfare Center, Dahlgren
Division, Dahlgren Laboratory Procurement Division is implementing
Electronic commerce (EC) in the acquisition area, therefore, synopsis
and resulting solicitations with any applicable amendments will be
available on the World Wide Web at http://www.nswc.navy.mil/supply.
Diagrams are available for printout on the referenced web site. (0058) Loren Data Corp. http://www.ld.com (SYN# 0263 19980303\58-0014.SOL)
58 - Communication, Detection and Coherent Radiation Equipment Index Page
|
|