Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 28, 2006 FBO #1767
SOLICITATION NOTICE

58 -- AM TRANSMITTER

Notice Date
9/26/2006
 
Notice Type
Solicitation Notice
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
 
ZIP Code
92152-5001
 
Solicitation Number
N66001-06-Q-0419
 
Response Due
10/10/2006
 
Archive Date
11/9/2006
 
Small Business Set-Aside
Total Small Business
 
Description
Title: AM TRANSMITTER Solicitation #: N66001-06-Q-0419 Due: October 10, 2006 Set-Aside: N/A NAICS: 334220 Agency: 53560 Hull Street, Bldg A-33 Room 0605, San Diego, CA POC: Belinda Santos, (619) 553-4502 This is a Small Business Set-Aside in accordance with FAR Part 13, Simplified Acquisition Procedures. No "hard copy" RFQ will be prepared or made available for distribution. Spawar Systems Center ??? (SSC-SD) is seeking competitive quotations for the following: 1 each, AM transmitter. 1. RF Output 1.1. Frequency Agility: The broadcast frequency shall be configurable within 30 minutes (Threshold) or 5 minutes (Objective). 1.2. Frequency Range: The range of the broadcast frequency shall be 530 kHz to 1710 kHz. 1.3. Frequency Steps: The broadcast frequency step size shall be configurable to either 9 kHz or 10 kHz (selectable). 1.4. Frequency Stability: The frequency stability shall be within 5 ppm. 1.5. Carrier Shift: Carrier shift shall be less than 1.5% 1.6. Modulation: Modulation type shall be Pulse Duration. 1.7. Peak Modulation: The transmitter shall be capable of up to 140% positive modulation. 1.8. RF Harmonics: The RF harmonics suppression level shall be -60dBc or better. 1.9. Spurious Outputs: The spurious output suppression levels shall be -60dBc or better. 1.10. Load Impedance: Output load impedance shall be 50 Ohms unbalanced. 1.11. RF Power Output: The RF output power shall be 2.5 kW when undmodulated with the capability of increasing to 5 kW and 10 kW using modular hardware. 1.12. High VSWR: The transmitter shall be capable of operating at full power at a VSWR level of at least 1.5:1 (Threshold) with 2:1 (Objective) desired. 2. AF Input 2.1. AF Range: The AF range shall be 30 Hz to 10 kHz. 2.2. Total Harmonic Distortion: THD shall be less than 3% @ m = 0.8. 2.3. Frequency Response: Frequency response shall be in the range of + 0 dB to - 2.0 dB 2.4. Signal to Noise Ratio: SNR shall be greater than 60 dB @ m = 1.0 2.5. Input Impedance: Input impedance shall be 600 Ohms Balanced. 2.6. Input Level: Input level shall be in the range of -10 to +10 dBm 2.7. DRM Compatibility: It is desirable that the transmitter be DRM compatible (Objective). 3. Power Supply 3.1. Voltage: Transmitter shall require no more than 230VAC either single or three-phase. It is desirable that the power supply operate properly with any voltage between 208 and 230 volts. 3.2. Frequency: Frequency of power supply voltage shall be 60 Hz. 4. User Interface 4.1. Frequency Configuration: It is desirable that frequency reconfiguration be achievable without access to the back of the transmitter. 4.2. Power Meter: It is desirable that the transmitter have a power meter to measure forward and reflected power readable at the front of the transmitter (Objective). 5. Environmental 5.1. Relative Humidity: The transmitter shall be capable of operating in relative humidity up to 95% non-condensing. 5.2. Operating Temperature: The transmitter shall be capable of operating in the temperature range of 0?? to 50?? C. 5.3. Altitude: The transmitter shall be capable of operating at an altitude up to 2000 m (derate 2?? C / 500m above 2000 m). 6. Size 6.1. Width: The transmitter components shall be mounted in a standard 19" rack. 6.2. Depth: The depth of the transmitter components shall not exceed 40". 6.3. Height: The height of the rack-mounted transmitter shall not exceed 34 rack units in the 2.5 kW configuration, 44 rack units in the 5 kW configuration, and 71 rack units in the 10 kW configuration. Direct procurement questions via e-mail to: belinda.santos@navy.mil. Award will be based on lowest priced, technically acceptable quote received. "Numbered Note 1 applies, however, all offers received within 14 days (in lieu of 45 days) after date of publication of modification to the original synopsis may be considered by the government". Facsimile quotations may be sent by fax to FAX # (619) 553-9068. Technical questions must be e-mailed to purchasing agent up to 5 days prior to the closing date of this announcement, include the solicitation number. The applicable NAICS code is 334220; the size standard is 750 employees. Central Contractor Registration is required for all vendor's doing business with DOD. Information may be found at http://www.ccr.gov. This solicitation is also posted at SPAWARSYSCEN SD's E-Commerce Central Website at https://ecommerce.spawar.navy.mil. NOTE: The full text of the Far Acquisition Regulation (FAR) can be accessed on the Internet at http://farsite.hill.af.mil/. This solicitation incorporates the following provisions and clauses: FAR 52.204-7, Central Contractor Registration; FAR 52.211-7, Delivery of Excess Quantities; FAR 52.222-20, Walsh-Healey Public Contracts Act; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.225-13, Restrictions of Certain Foreign Purchases; FAR 52.232-1, Payments; FAR 52.232-25, Prompt Payments; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.233-1, Disputes; FAR 52.233-3, Protests after Award; FAR 52.233-3, Protests after Award, Commercial Clauses; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of Vietnam Era; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of Vietnam Era; FAR 52-215-4 and FAR 52-215- 5 are applicable.
 
Web Link
Click on this link to access the SPAWAR Solicitation Page
(https://e-commerce.spawar.navy.mil/Command/02/ACQ/navhome.nsf/homepage?readform&db=navbusopor.nsf&whichdoc=86BE2620776556A1882571F00082AADA&editflag=0)
 
Place of Performance
Address: SPAWAR SAN DIEGO POINT LOMA SAN DIEGO, CA
Zip Code: 92152-5001
Country: USA
 
Record
SN01155059-W 20060928/060926221143 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.