SOLICITATION NOTICE
59 -- Microwave Amplifiers for the Electronic Proving Ground (EPG), Fort Huachuca, Arizona 85613
- Notice Date
- 5/15/2007
- Notice Type
- Solicitation Notice
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- ACA, White Sands Missile Range, Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street, White Sands Missile Range, NM 88002-5201
- ZIP Code
- 88002-5201
- Solicitation Number
- W9124Q-07-R-EPGGAP
- Response Due
- 5/21/2007
- Archive Date
- 7/20/2007
- Small Business Set-Aside
- Total Small Business
- Description
- 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. The Electronic Proving Ground, Fort Huachuca, Arizona is soliciting proposals for the following requirement: 1 each, Amplifier Research, Microwave Amplifier, Model 125T18G26 with the f ollowing technical requirements: 18 to 26.5 GHz High Power Amplifier requirements. The RF High Power Amplifier (HPA) will be a self-contained, air-cooled, broadband, amplifier to develop fields in both anechoic chamber and in an open field test site. Th e HPA will be housed in a single equipment rack and will provide a complete stand-alone performance for testing. HPA will be of a design that provides low distortion and is stable across the frequency range. Input signals will be from signal generators th at are both swept and stepped through the frequency band. Amplifier will be able to be controlled either locally or by remote. The amplifier's front panel digital display shows forward and reflected output plus extensive system status information accesse d through a series of menus via soft keys. Status indicators include power on, warm-up, standby, operate, faults, excess reflected power warning and remote. Standard features will include a built-in IEEE-488 (GPIB) interface, VSWR protection, gain control, forward and reflected RF output sample port, plus monitoring of the HPA amplifier critical parameter i.e. TWT helix current, cathode voltage, collector voltage, heater current, heater voltage, base plate temperature and cabinet temperature. REQUIRED SPEC IFICATIONS: Minimum 3 year warranty. POWER (fundamental), CW, @ OUTPUT CONNECTOR, Nominal 150 watts or greater, Minimum 125 watts, FLATNESS ? 8 dB maximum, FREQUENCY RESPONSE 18 - 26.5 GHz instantaneously, INPUT FOR RATED OUTPUT .1.0 milliwatt maximum , GAIN (at maximum setting) .51 dB minimum, GAIN ADJUSTMENT (continuous range) 35 dB minimum, INPUT IMPEDANCE 50 ohms, VSWR 2.0:1 maximum, OUTPUT IMPEDANCE 50 ohms, VSWR 2.5:1 typical, MISMATCH TOLERANCE. Unit will have output power foldback protecti on. Unit will operate without damage or oscillation with any magnitude and phase of source and load impedance. MODULATION CAPABILITY. Unit will faithfully reproduce AM, FM, or pulse modulation appearing on the input signal. AM peak envelope power limited to specified power. NOISE POWER DENSITY Minus 80 dBm/Hz (maximum) Minus 85 dBm/Hz (typical), HARMONIC DISTORTION Minus 20 dBc maximum Minus 28 dBc typical, PRIMARY POWER 190-260 VAC 50/60 Hz single phase 3.5 kVA maximum, CONNECTORS: RF input Type K female on rear panel, RF output .Type WR-42 waveguide flange on rear panel, RF output sample ports Type K female on rear panel, GPIB IEEE-488 on rear panel, Interlock .DB-15 female on rear panel, COOLING Forced air (self contained fans), air entry and ex it in rear; 1 each, Amplifier Research, Microwave Amplifier, Model 125T26G40, with the following technical requirements: 26.5 to 40 GHz High Power Amplifier requirements, The RF High Power Amplifier (HPA) will be a self-contained, air-cooled, broadband, amplifier to develop fields in both anechoic chamber and in an open field test site. The HPA will be housed in a single equipment rack and will provide a complete stand-alone performance for testing. HPA will be of a design that provides low distortion an d is stable across the frequency range. Input signals will be from signal generators that are both swept and stepped through the frequency band. Amplifier will be able to be controlled either locally or by remote. The amplifier's front panel digital dis play shows forward and reflected output plus extensive system status information accessed through a series of menus via soft keys. Status indicators include pow er on, warm-up, standby, operate, faults, excess reflected power warning and remote. Standard features will include a built-in IEEE-488 (GPIB) interface, VSWR protection, gain control, forward and reflected RF output sample port, plus monitoring of the HPA amplifier critical parameter i.e. TWT helix current, cathode voltage, collector voltage, heater current, heater voltage, base plate temperature and cabinet temperature. Unit will have installed front handles. REQUIRED SPECIFICATIONS: Minimum 3 year wa rranty, POWER (fundamental), CW, @ OUTPUT CONNECTOR Nominal 150 watts or greater Minimum 125 watts, FLATNESS ? 8 dB maximum, FREQUENCY RESPONSE 26.5 to 40 GHz instantaneously, INPUT FOR RATED OUTPUT 1.0 milliwatt maximum, GAIN (at maximum setting) 51 dB minimum, GAIN ADJUSTMENT (continuous range) 35 dB minimum, INPUT IMPEDANCE .50 ohms, VSWR 2.0:1 maximum, OUTPUT IMPEDANCE 50 ohms, VSWR 2.5:1 typical, MISMATCH TOLERANCE. Unit will have output power foldback protection. Unit will operate without damage or oscillation with any magnitude and phase of source and load impedance. MODULATION CAPABILITY. Unit will faithfully reproduce AM, FM, or pulse modulation appearing on the input signal. AM peak envelope power limited to specified power.NOISE POWER DENSIT Y .Minus 75 dBm/Hz (maximum) Minus 80 dBm/Hz (typical), HARMONIC DISTORTION .Minus 20 dBc maximum Minus 28 dBc typical, PRIMARY POWER 190-260 VAC50/60 Hz single phase 3.5 kVA maximum, CONNECTORS: RF input Type K female on rear panel, RF output Type WR-2 8 waveguide flange on rear panel, RF output sample ports .Type K female on rear panel, GPIB .IEEE-488 on rear panel, Interlock DB-15 female on rear panel COOLING .Forced air (self contained fans), air entry and exit in rear. FOB DESTINATION: Fort Huachu ca, Arizona. Payment will be made by Government credit card under Net 30 Terms. Offers are due no later than 12 noon, Mountain Standard Time, Monday, 21 May 2007. Offers shall be submitted electronically at: Carmen.simotti@epg.army.mil. EVALUATION CRITE RIA/PROCEDURES: Offers will be evaluated based on the following best value criteria in descending order of importance: Meeting the requirement, Proposed Delivery Schedule, Past Performance, and Price. The result of the award will be posted in Fedbizopps (http://www.fbo.gov/) under Award Notices. Questions pertaining to the Award Notice must be submitted in writing. For additional information, contact Carmen M. Simotti, Contract Specialist, at (520) 533-8189 or carmen.simotti@epg.army.mil. The synopsis/ solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-16. This is a total small business set aside. The NAICS code is 334220. The solicitation is issued as a request for proposal (RFP ) and will be awarded as a firm-fixed-price. All Electronic and Information Technology will be Section 508 of the Rehabilitation Act of 1973 compliant. The following FAR provision 52.212-1, Instruction to Offerors Commercial items, applies to the acquisi tion. FAR provision 52.212-2, Evaluation of Commercial Items, applies to the acquisition (See evaluation criteria above). Offerors shall include a completed copy of FAR provision 52.212-3,Offeror Representations and Certifications Commercial Items, and fur nish Offeror's Tax Identification Number, CAGE Code, Central Contractor Registration Number, DUNS Number, and applicable FSC Codes with its offer. FAR clauses 52.212-4, Contract Terms and Conditions Commercial Items and 52.212-5, Contract Terms and Conditi ons Required Implementing Statutes or Executive Orders Commercial Items apply to this acquisition. FAR clause 52.219-8, Utilization of Small Business Concerns apply. The government reserves the right to select for award, all, some, or none of the proposal s received in response to this announcement.
- Place of Performance
- Address: ACA, Southern Region, Electronic Proving Ground (EPG) Banister Hall, SFCA-SR-WS, 2000 Arizona Street Fort Huachuca AZ
- Zip Code: 85635
- Country: US
- Zip Code: 85635
- Record
- SN01295063-W 20070517/070515221101 (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 |