Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 2,2000 PSA#2613

Dahlgren Division, Naval Surface Warfare Center, 17320 Dahlgren Road, Dahlgren, VA 22448-5100

60 -- VIDEO TRANSMISSION SYSTEM ON FIBER OPTIC LINK SOL N00178-00-R-1062 DUE 061200 POC SD11 Branch, (540)653-7478 WEB: NSWCDD Dahlgren Laboratory Procurement Division Web, http://www.nswc.navy.mil/supply. E-MAIL: SD11 Branch -- POC for N00178-00-R-1062, sd11@nswc.navy.mil. Previous synopsis for combined synopsis/solicitation N00178-00-R-1061 (Submission No. 453800 to the Commerce Business Daily (CBD)) as amended under Amendment 0001 of 19 May 2000 (Submission No. 456522 to the CBD) is hereby cancelled in its entirety and replaced by the following 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. Simplified Acquisition Procedures will be used in accordance with FAR 13.5. The Naval Surface Warfare Center, Dahlgren Division (NSWCDD) intends to procure on a firm-fixed price contract a video transmission system on fiber optic link (VTSFOL). The solicitation number is N00178-00-R-1062 and is a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through FederalAcquisition Circular 97-17 and DFARS Change Notice dated 10 February 2000. Standard Industrial Classification code is 3669, 750 employees. The VTSFOL will be integrated into an existing fiber optic infrastructure at NSWCDD valued at several million dollars. The procurement is for equipment only and installation is not required. The brand names specified for each item in the VTSFOL have been tested and are compatible with NSWCDD's existing fiber optic infrastructure. The items delivered to NSWCDD must be the brand name or a technically proven equal to ensure success in integration. Therefore, the contract will be awarded on a brand name or equal all or none basis. The VTSFOL is comprised of the following items: CLIN 0001, 13 Each as follows: 12 Channel Headend Modulator Unit, 19" rack mountable, 3U maximum total height. The unit shall be modular in design with no more than one channel per module. Each channel will carry an audio as well as video signal. The unit will also contain a passive 12 channel combiner. One power supply shall power all modules and be an integral part of a 12 slot chassis. Each of the 12 modulator modules shall be frequency agile with the following specifications: RF frequency range from 54 to 806MHz, standard CATV channels from 2 to 125 and Broadcast TV channels 2 to 69 adjustable on the front of the module. Output level +45dBmV minimum with a minimum of 15dB of level adjustment. Audio carrier level adjustable from 18 to 11dB referenced to the video carrier level. In-channel C/N 60dB, Broadband noise 78dBc, and spurious outputs 60dBc typical throughout the frequency range at +45dBmV output. 75 ohm input and output impedance. Video input from .6Vp-p to 1.5Vp-p with input gain adjustment. Video frequency response 20Hz to 4.2MHz, +/-1dB. Audio input level from 100mVrms to 3Vrms with input gain adjustment. The combiner will have a 5 to 890 MHz frequency range with 20dB isolation between ports. Brand name or equal components for each of the 13 units in CLIN 0001 are as follows: 12 Each R. L. Drake VMM806AG Agile Modulator Headend Units; 1 Each R. L. Drake PSM 121 Power Supply; 1 Each R. L. Drake RMM 12 Mini-mod 12 Slot Rack; and 1 Each Pico Macom PHC-12U 12 Port Passive Combiner; CLIN 0002, 13 Each as follows: 12 Channel Headend Demodulator Unit, 19" rack mountable, 2U maximum total height. The unit shall be modular in design with no more than one channel per module. Each channel will carry an audio as well as video signal. One power supply shall power all modules and be an integral part of a 12 slot chassis. Each of the 12 demodulator modules shall be frequency agile with the following specifications: RF frequency range from 54 to 806MHz, with reception of standard CATV channels from 2 to 125 and Broadcast TV channels 2 to 69 adjustable on the front of the module. Input RF level range at least 10dBmV to +35dBmV. 75 ohm input and output impedance. Video output 1.0Vp-p, NTSC standard negative sync. Audio output level from 0.5 to 1.5Vrms adjustable on the front of the module. Brand name or equal components for each of the 13 units in CLIN 0002 are as follows: 12 Each R. L. Drake DMM806 Agile Demodulator Headend Units; 1 Each R. L. Drake PSM 121 Power Supply; and 1 Each R. L. Drake RMM 12 Mini-mod 12 Slot Rack; CLIN 0003, 11 Each as follows: Fiber Receiver Module, -4.5dBm to +4.5dBm optical input range, Single Mode 1310nm, FC/APC Input Connector, "F" Type Output Connector, 75 Ohm Output Impedance, 110 VSB/AM CATV Channel capability suitable for receiving 80 CATV channels along with 30 digital QAM channels, 40MHz -- 860MHz Bandwidth, minimum link CNR of 50dB for full channel loading at 0dB optical input, maximum CSO 60dB, maximum CTB 65dB. Brand name or equal component for CLIN 0003 is Blonder Tongue MIBR-S4A-860 Fiber Optic Receiver; CLIN 0004, 10 Each as follows: Fiber Transmitter Module, +3dBm optical output power, Single Mode 1310nm, FC/APC Output Connector, "F" Type Input Connector, 75 Ohm Input Impedance, 10 VSB/AM CATV Channel capability, 5MHz -- 250MHz Bandwidth, -50dB Max Back Reflection Tolerance, minimum CNR of 50dB for full channel loading at a link loss of no less than 4dB, maximum CSO 65dB, maximum CTB 60dB. Brand name or equal component for CLIN 0004 is Blonder Tongue MIBT-S3A-210 Fiber Optic Transmitter; CLIN 0005, 1 Each as follows: Fiber Transmitter Module, +4dBm optical output power, Single Mode 1310nm, FC/APC Output Connector, "F" Type Input Connector, 75 Ohm Input Impedance, 15 VSB/AM CATV Channel capability, 5MHz -- 350MHz Bandwidth, -50dB Max Back Reflection Tolerance, minimum CNR of 50dB for 10 channel loading at a link loss of no less than 9dB, maximum CSO 65dB, maximum CTB 60dB. Brand name or equal component for CLIN 0005 is Blonder Tongue MIBT-S3A-415 Fiber Optic Transmitter; CLIN 0006, 11 Each as follows: Fiber Receiver Module, -9dBm to +5dBm optical input range, Single Mode 1310nm, FC/APC Input Connector, "F" Type Output Connector, 75 Ohm Output Impedance, 15 VSB/AM CATV Channel capability, 5MHz -- 350MHz Bandwidth, minimum CNR of 50dB for 10 channel loading at a link loss of no less than 9dB, maximum CSO 65dB, maximum CTB 60dB. Brand name or equal component for CLIN 0006 is Blonder Tongue MIBR-S4A-415 Fiber Optic Receiver. Note: The modulator modules in CLIN 0001, the demodulator modules in CLIN 0002 and all fiber transmitter and receiver modules of CLINS 0003 through 0006, must be designed such that all can co-exist in the same unit. That is, a 12 Slot Chassis might contain eight modulators two demodulators one fiber transmitter and one fiber receiver, or any combination thereof. CLIN 0007, 2 Each as follows: Fiber Transmitter, +12dBm optical output power, Single Mode 1310nm, SC/APC Output Connector, "F" Type Input Connector, 75 Ohm Input Impedance, 110 VSB/AM CATV Channel capability suitable for transmitting 80 CATV channels along with 30 digital QAM channels, 40MHz -- 860MHz Bandwidth, Rated for 1GHz Fiber Bandwidth, -50dB Max Back Reflection Tolerance, minimum CNR of 50dB for full channel loading at a link loss of no less than 12dB, maximum CSO 60dB, maximum CTB 65dB, 19" rack mountable, 1U maximum total height. Brand name or equal component for CLIN 0007 is Force Incorporated 2804TF-SCSP/12 Fiber Optic Transmitter; CLIN 0008, 1 Each as follows: Fiber Optic Management Chassis, configurable up to 72 fiber optic ports, accepts LGX style panels, 19" rack mountable, 7" maximum total height. Brand name or equal component for CLIN 0008 is Blonder Tongue FOMC-72 Fiber Management Chassis; CLIN 0009, 2 Each as follows: Fiber Optic Connector Panel, 6 port, LGX style, SC/APC, must fit in Management Chassis. Brand name or equal component for CLIN 0009 is Blonder Tongue FOCP-06-SA Fiber Optic Connector Panel; CLIN 0010, 1 Each as follows: Fiber Optic Coupler, Single Mode 1310nm, 1 X 8, Balanced Ratio, 10.8dB insertion loss each port, SC/APC input and output connectors, LGX Module, must fit in Management Chassis. Brand name or equal component for CLIN 0010 is Blonder Tongue FOC-23-18-L-SA Fiber Optic Coupler; CLIN 0011, 1 Each as follows: Fiber Optic Coupler, Single Mode 1310nm, 1 X 3, 60/20/20 Ratio, 2.7dB/8.4dB/8.4dB insertion loss, SC/APC input and output connectors, LGX Module, must fit in Management Chassis. Brand name or equal component for CLIN 0011 is Blonder Tongue FOC-23-13-L-20-SA Fiber Optic Coupler; CLIN 0012, 20 Each as follows: CATV Band Separator, two bands, DC-260MHz and 310-1200MHz, .2dB insertion loss low band, .3dB insertion loss high band (typical), 32dB isolation low band, 34dB isolation high band, 75 Ohm input and output impedance, "F" type input and output connectors. Brand name or equal component for CLIN 0012 is Blonder Tongue MUVF Multiplexer; CLIN 0013, 1 Lot as follows: Attenuators, RF, Assorted, "F" Type male to female, Inline, 5 1000MHz Bandwidth, 75 Ohm input and output impedance, one lot containing 50 each of the following values: 20dB, 16dB, 12dB, 10dB, 8dB, 6dB, 3dB. There is no brand name or equal requirement for CLIN 0013; CLIN 0014, 1 Lot as follows: Splitters, RF, Assorted, "F" Type female to female, Inline, 5 1000MHz Bandwidth, 75 Ohm input and output impedance, dicast housing, RFI Shielding 120dB minimum, one lot containing 40 each of the following values: 2 port with max loss of 3.8dB at 860MHz, 4 port with max loss of 7.5dB at 860MHz, 8 port with max loss of 11.5dB at 860MHz. The Brand name or equal components for CLIN 0014 are as follows: 40 Each, Blonder Tongue SXRS-2 2-Port Splitter; 40 Each, Blonder Tongue SXRS-4 4-Port Splitter; and 40 Each, Blonder Tongue SXRS-8 8-Port Splitter; CLIN 0015, 1000 FT as follows: Cable, 75Ohm, RG-59, Headend, 20 AWG solid center conductor, Nominal Attenuation 7.5dB per 1000ft at 860MHz, PVC Jacket, Aluminum Braid and Aluminum Foil Shield, 1000ft Reel, Black. Brand name or equal component for CLIN 0015 is Belden 9167; CLIN 0016, 1000 Each as follows: Connector, Crimp, "F" Type, Male, for RG-59 cable. The brand name or equal component for CLIN 0016 is Gilbert GF-59-AHS/290 Connector; CLIN 0017, 2 Each as follows: Tool, Crimp, .262/.324 Hex, must work with connector on previous line item. Brand name or equal component for CLIN 0018 is Gilbert G-CRT-659 Crimp Tool; CLIN 0018, 2 Each as follows: Tool, Strip, for Cat 5, 4 Pair Cable. Brand name or equal component for CLIN 0018 is Belden 1797A; CLIN 0019, 1 Each as follows: Digital CATV Analyzer, AC/DC operation, 75 Ohm input impedance, 3" CRT video display, built in speaker, video and audio demodulation for all carriers in the 46 870MHz frequency range, input sensitivity 40 to +66dBmV, scale range 1, 2, 5, and 10dB/Div, accuracy 0.5dB,visual carrier level, A/V carrier ratio, and C/N ratio all displayed on LCD display, LCD must also be capable of displaying levels for 24 contiguous channels. Brand name or equal component for CLIN 0019 is Blonder Tongue BTDM-1 Digital CATV Analyzer; CLIN 0020, 1 Each as follows: 1000MHz Spectrum Analyzer, AC/DC operation, 75 and 50 Ohm input impedance, 3" CRT Display, 0.1 to 1000MHz frequency range, 10, 50, 100, 500, and 1000MHz frequency spans, 100kHz frequency accuracy and resolution, 0 40dB RF attenuation, input level maximum at least +70dBmV, measurement range 115dB, 4 digit frequency display, log scale range 1, 3, and 10dB/Div, accuracy 0.4dB at 1dB/Div and 1.5dB at 10dB/Div, sweep rate 1 to 80 Hz. Brand name or equal component for CLIN 0020 is Blonder Tongue BTSA-8558C Spectrum Analyzer; CLIN 0021, 50 Each as follows: Fiber Optic Cable, 3mm, Single mode, 2m, SC/APC Pigtail. Brand name or equal component for CLIN 0021 is Fiber Optic Networks Solution Corp. (FONS) FONS model 50P-08002-9A; CLIN 0022, 35 Each as follows: Fiber Optic Cable, Single mode, 3m, FC/APC 2.14mm Key to SC/APC. Brand name or equal component for CLIN 0022 is Force Incorporated 2900.500-7; CLIN 0023, 15 Each as follows: Fiber Optic Cable, Single mode, 3m, SC/APC to SC/APC. Brand name or equal component for CLIN 0023 is FONS model 50J-08003-9A9A; CLIN 0024, 25 Each as follows: Fiber Optic Cable, Single mode, 2m, Duplex, SC/UPC to SC/UPC. Brand name or equal component for CLIN 0024 is FONS model 50D-08002-99; CLIN 0025, 50 Each as follows: Fiber Optic Coupler, SC/APC to SC/APC. Brand name or equal component for CLIN 0025 is FONS model 24686. If the offeror provides a brand name other than the brand name specified for the item, the offeror shall provide a copy of the warranty applicable to the equal item(s). All items shall be delivered, inspected, and accepted FOB destination to Naval Surface Warfare Center, Dahlgren Division, 17320 Dahlgren Road, Dahlgren, VA 22448-5100. Delivery shall be within thirty days after contract award. FAR 52.212-1, Instructions to Offerors Commercial Items applies to this solicitation and is hereby incorporated by reference. The Government will award a contract from this solicitation to the responsible responsive offeror whose offer meets all the specifications for each CLIN at the overall lowest delivered cost on an all or none basis, and has a satisfactory past performance history for providing the same or similar items. The offeror shall provide with its offer a list (at least three) of previous sales of the same or similar items for CLINS 0001—0011 with a description of the items, dollar value of contract, contract number, name or organization, points of contact technical and contracting, and telephone number(s). The government considers previous sales of video headend transmission and reception equipment to be similar items. Offerors shall include a completed copy of the provisions at FAR 52.212-3 and DFAR 252.212-7000, Offeror Representations and Certifications Commercial Items and a completed copy of DFAR 252.225-7000, Buy American Balance of Payments Program Certificate. FAR and DFAR solicitation provisions and clauses can be accessed at http://www.arnet.gov/far/ and http://www.acq.osd.mil/dp/dars/dfars.html respectively. FAR 52.212-4, Contract Terms and Conditions Commercial Items applies to this acquisition and is hereby incorporated by reference. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, subparagraphs (a), (b) 1, 5, 11, 12, 13, 14, 15, 22, 26, (d), and (e) applies to this acquisition. FAR 52.211-6 Brand Name or Equal applies to this acquisition. FAR 52.211-16 Variation in Quantity plus or minus 10% applies to CLIN 0015 only. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, subparagraphs (a) 252.225-7001, 252.225-7012, 252.243-7002, 252.247-7024, and (b) applies to this acquisition. The following additional DFARS provision and/or clause applies to this acquisition: 252.204-7004 Required Central Contractor Registration. This procurement is rated DO-A70. All responsible sources may submit an offer which shall be considered. The closing date for receipt of proposals is 2 PM Eastern time on 12 June 2000. Proposals shall be delivered or faxed to Naval Surface Warfare Center, Dahlgren Division, Attn: N00178-00-R-1062, SD11AorB/Bldg. 183, Room 102, 17320 Dahlgren Road, Dahlgren, VA 22448-5100, phone (540)653-7478/FAX (540)653-7088/Email sd11@nswc.navy.mil. In order to be eligible for award firms must be registered in the Central Contractor Registry (CCR). Offerors may obtain information on registration in the CCR by calling 1-888-227-2423, or via the Internet at http://www.ccr2000.com/. In order to confirm registration in the CCR, the offeror shall provide, clearly marked, its DUNS number and CAGE code that identifies the offerors name and address. The offeror shall provide its firm-fixed pricing clearly matching the CLINS in this combined synopsis/solicitation with the item(s) in the offer. The offer shall bear the signature of person(s) authorized to bind the firm. The offeror shall provide its technical proposal separately from its price proposal. Unless the technical proposal clearly indicates that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in this solicitation for each item. If an "equal" is offered, the offeror must clearly identify the equal product brand name, if any, and make and model and provide descriptive literature and other information which clearly demonstrates the equal product has met the physical, functional, and performance characteristics listed for each item in this solicitation. Note CLIN 0013 does not specify a brand name but the offeror must provide technical information which clearly shows the specifications listed for the item have been met. A statement that the specification will be met is not sufficient. Posted 05/31/00 (W-SN459937). (0152)

Loren Data Corp. http://www.ld.com (SYN# 0224 20000602\60-0002.SOL)


60 - Fiber Optics Materials, Components, Assemblies and Accessories Index Page