Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 27, 2007 FBO #2039
SOLICITATION NOTICE

58 -- Free Field Sensors and Baluns for the Electronic Proving Ground (EPG), Fort Huachuca, Arizona 85613

Notice Date
6/25/2007
 
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-EPGFFS
 
Response Due
7/2/2007
 
Archive Date
8/31/2007
 
Small Business Set-Aside
N/A
 
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: Minimum Specifications and Requirements for Free Field Sensors and Baluns: Overview This specification involves two types of sensors, Category 1 and Category 2, and one type of Balun. The Balun shall mate interchangeably with either Sensor Category 1 or Sensor Category 2. The Sensors, when mated to a Balun, shall be designed t o measure a single component of the displacement current (dD/dt). Order quantities and detailed specifications are presented below. Order Quantities: Category 1 Sensor: 6 each, Model ACD-2; Category 2 Sensor: 6 each, Model ACD-7 ; Balun: 12 each. Mod el DMB-6C; Sensor Specification Details: Sensor Electromagnetic Specifications: Category 1: Equivalent Area, Aeq (m2) 0.0001, Frequency Response (3dB point) greater than 10 GHz, Risetime less than 0.033 ns, Maximum Output Voltage 125 V, Output Con nector Dual SMA; Category 2: Equivalent Area, Aeq (m2) 0.0001, Frequency Response (3dB point) greater than 3.3 GHz, Risetime less than 0.11 ns, Maximum Output Voltage 250 V, Output Connector Dual SMA; Sensor Physical Specifications: Category 1: Lengt h, L (cm) 8.30, Width, W (cm) 2.54, Height, H (cm) 1.12, Thickness, t (cm) 0.20; Category 2: Length, L (cm) 18.5, Width, W (cm) 6.50, Height, H (cm) 3.30, Thickness, t (cm) 0.32; Differential Mode Balun Detail Specifications: Each Balun shall transform the balanced 100-ohm signal from a differential free-space field sensor to an unbalanced 50-ohm signal. Each Balun shall change the input signal of Vo across 100-ohms to an output signal of Vo/2 across 50-ohms. As previously stated, the Baluns shall mat e interchangeably with both Sensor Categories 1 and 2. Balun Specifications: Insertion Loss (typical) 3.4 dB, Input Signal Vo into 100 ohms, Output Signal 0.46Vo into 50 ohms, Bandpass (referenced to midband insertion loss): -3 dB points 150 kHz  10 G Hz, +/- .5 dB ripple 500 kHz  1 GHz, Risetime, 10  90% 0.2 ns, Signal Level Limits: Linear Operations 10 V - ms, Peak Signal Protection +/- 1 kV, Maximum CW Power 0.5 watt, Connectors: Input Dual SMA, Output SMA, Rejection Ratio: 1 kHz  10 MHz -40 dB, 100 MHz -40 dB, 1 GHz -20 dB, 10 GHz 0 dB, Nominal Envelope Dimensions (cm): Length (overall) 10.0, Width 5.08, Height 3.18 FOB DESTINATION: Fort Huachuca, 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, 2 July 2007. Offers shall be submitted electronically at: Carmen.simotti@ep g.army.mil. EVALUATION CRITERIA/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 full and open requirement. The NAICS code is 334220. The solicitation is issued as a r equest 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 acquisition. F AR 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 furnish Of feror'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 Conditions Req uired 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 proposals recei ved 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: 85613-7063
Country: US
 
Record
SN01327145-W 20070627/070625220848 (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.