Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 15,1999 PSA#2475

Naval Air Warfare Center Aircraft Division, Contracts Department, Building 129-2, Highway 547, Lakehurst, NJ 08733-5083

66 -- SPECTRUM ANALYZER SOL N68335-00-R-0177 DUE 112499 POC Lyn Huffman (732)323-7789(ph) (732)323-4069(fax) huffmanla@navair.navy.mil (i) 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. (ii) This SOLICITATION NUMBER N68335-00-R-0177 is issued as a request for proposal (RFP). (iii) The solicitation document and incorporated provisions and clauses are those in effect through FEDERAL ACQUISITION CIRCULAR #97-14, and DEFENSE FEDERAL ACQUISITION CIRCULAR # 91-13. (iv) This solicitation is a small business set-aside. SIC is 3825. (v) A list of CONTRACT LINE ITEM NUMBER(S) and ITEM(S) are: CLIN 0001: 8566B-E69-010 SPECTRUM ANALYZER. (vi) Description of requirements to be acquired. The Spectrum Analyzer shall be programmed via the IEEE-488 bus and shall provide frequency domain analysis through wide ranging programmable functions. UUT signals shall be routed to the spectrumanalyzer from selected input ports on the RFIU and system RF resource signals may be wrapped around within the RFIU for measurement and test. The Spectrum Analyzer shall provide the following capabilities at the interface: (a) Frequency Range -- 100 Hz-22GHz (in two overlapping bands of 100 Hz to 2.5GHz (low) and 2.0 GHz to 22 GHz (microwave). (b) Frequency Accuracy -- + [(2% x span) + (2x10-9 x center frequency) + 10Hz]. (c) Frequency Span -- (1) 0Hz (programmable in both low and microwave bands) (2) 100Hz -- 2.5GHz (low band) (3) 2GHz -- 22GHz (microwave band) (d) Resolution BW (3dB) -- 10Hz to 3 MHz (1,3,10 Sequence) (e) Resolution BW Accuracy -- (1) +10%: 3KHz to 1MHz (2) +20%: 10Hz to 1Khz, 3MHz (f) Video BW -- 1Hz to 3MHz (1,3,10 Sequence) (g) External Sweep Trigger -- (1) Amplitude: >2.4 Volt (10 volt max) (2) Input impedance: 1 K ohm nominal (3) Enabled: >1.5 VDC, positive slope. (h) Input Power Sensitivity -- (1) -55dBm at 100Hz -50KHz (2) -60dBm at 50KHz—1Mhz (3) -85dBm at 1Mhz -- 1GHz (4) -110dBM at 5MHz -- 1000MHz (using pre-amp) (5) -75dBm at 1GHz -- 5.8GHz (6) -65dBm at 5.8GHz -- 12.5GHz (7) -55dBm at 12.5GHz -- 18 GHz (10 dB attenuation, 1KHz BW, S/N = 10dB, VBW=30Hz) (i) Input Power Accuracy + 1.5dB Achievable with supplied RF applications procedures to 18.1 GHz (j) Relative Input Power Accuracy -- (1) +0.6dB (for reference levels to -55dBm) (2) +1.5dB (for reference levels to -55.01dBm to -89.9dBm). (k) Input Power Resolution -- 0.1dB The contractor shall deliver a refurbished Hewlett Packard Model 8566B Spectrum Analyzer instrument, which shall be demonstrated to perform successfully in the US Navy AN/USM-467 RADCOM test station. The Spectrum Analyzer shall include Option E69, which makes it MATE compatible with rear signal access and IEEE interface. The Spectrum Analyzer shall include the Rack Flange and Handle Kit of Option 010. The Rack Mounting Slide Kit, Slide Assembly and Rack Slide Adapter, which are also a part of Option 010 are not required. The contractor shall prepare a metal type adhesive nameplate, approximately 1 inch by 2.5 inches, which shall contain the following information: Navy P/N A31U29129-1, Model 8566B-E69-010 and the Serial Number. The nameplate shall be attached on the front panel in the small blank area to the right of the instrument nomenclature. The contractor shall deliver a Certificate of Calibration (COC), with supporting data which shall demonstrate that the Spectrum Analyzer calibration is traceable to National Institute of Science and Technology (NIST) Standards. The COC shall be delivered IAW CDRL Item A001. The contractor shall deliver a print out or copy of the Calibration Test Data for the Spectrum Analyzer. The Calibration data shall list the calibrated parameters. The upper limits, lower limits and measured values shall be listed. The Spectrum Analyzer calibration data shall be delivered IAW CDRL Item A002. The Spectrum Analyzer shall be packaged securely with sufficient padding to preventdamage during shipment. (vii) Date(s) and place(s) of delivery and acceptance and FOB point. The Spectrum Analyzer shall be delivered to the Naval Aviation Depot, NAS North Island, Bldg 317, Door P21, Room E, San Diego CA for acceptance testing. Acceptance testing shall be performed by installing the Spectrum Analyzer in a RADCOM station and successfully performing the station Self Test and Self Certification tests. The point of contact for acceptance testing within 10 days of receipt is at the Naval Aviation Depot, North Island shall be T.E. Rodriguez, Code 4884, Phone (619) 545-4039. The packaging of the Spectrum Analyzer shall be inspected to assure that it is packaged securely with sufficient padding to prevent damage during shipment. The supporting data Certificate of Calibration for the Spectrum Analyzer shall be reviewed to verify traceability to NIST standards. The Calibration Test Data for the Spectrum Analyzer shall be reviewed to verify that all calibratable parameters listed in enclosure 3.1 havebeen calibrated. Payment to the contractor for the Spectrum Analyzer shall be contingent on successful inspection, and acceptance testing on the RADCOM station within 10 days of receipt. The Spectrum Analyzer shall be delivered to the Naval Aviation Depot at NAS North Island, San Diego for acceptance testing no later than 10 weeks ARO. The Certificate of Calibration and Test Data for the Spectrum Analyzer shall be delivered IAW CDRL Items A001 and A002. FOB point Destination, Destination Acceptance, preferably on a DD form 250. (viii) FAR 52.212-1 Instructions to Offerors, Commercial, (June 1999) is incorporated by reference and applies to this acquisition. (ix) FAR 52.212-2, Evaluation, Commercial Items (Jan 1999) is incorporated by reference and applies to this acquisition. ADDENDUM 52.212-2 Para (a). Award will be based on best value. The following factors shall be used to evaluate offers: technical capability of the product offered to meet the Government's requirements, and price. Technical capability and price are equally important. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications, Commercial Items (Oct 1999) with its offer. (xi) FAR 52.212-4, Contract Terms and Conditions, Commercial Items (May 1999) is incorporated by reference and applies to this acquisition and resulting contract. Contract type: the resulting contract will be firm, fixed price (FFP). (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes (May 1999) is incorporated in this contract by reference, however, for paragraph (b) only the following provisions apply to this acquisition: 52.222-26, Equal Opportunity, 52,222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans, 52,222-36, Affirmative Action for Workers with Disabilities, 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, 52.239-1, Privacy or Security Safeguards, 52.215-6 Small Business Set-Aside, 52.225-3 Buy American Act-Supplies, 52.232-33 Payment by Electronic Funds Transfer (xiii) Additional Requirements Warranty. The contractor shall warrant the performance of the Spectrum Analyzer for one year. The contractor shall extend to the Government full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranties available at no additional cost to the Government. Acceptance of the standard commercial warranty does not waive the Government's rights under the "Inspection" clause nor does it limit the Government's rights with regard to the other terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the standard commercial warranty. The standard commercial warranty period shall begin upon final acceptance of the applicable material and/or services listed in the schedule. (xiv) Offers to the Government for the Spectrum Analyzer are due by noon EST on November 22, 1999. Posted 11/10/99 (W-SN399750). (0314)

Loren Data Corp. http://www.ld.com (SYN# 0282 19991115\66-0005.SOL)


66 - Instruments and Laboratory Equipment Index Page