Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 25,1996 PSA#1581

Department of the Navy, NAWCAD Contracts Competency Division, MS32, 22541 Millstone Road, Patuxent River, MD 20670-5304

66 -- 1GHZ - 8GHZ AMPLIFIER SYSTEM SOL N00421-96-R-1075 POC Chris Lyons, Contract Specialist, Code 2622CL1, Janice Tyson, Contracting Officer, Code 2611JT (301) 342-1825 ext. 212. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (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. Solicitation Number N00421-96-R-1075 is issued as a request for proposal (RFP). The incorporated document and provisions and clauses are those in effect through Federal Acquisition Circular 90-37 and Defense Acquisition Circular 91-9. This action is 100% set aside for small businesses. The applicable SIC is 3663. The contract line item number and item is: CLIN 0001 One 1-8 GHz Amplifier System. The contractor shall meet all of the specific requirements of the amplifier system as follows: 1.) PROTECTIVE CIRCUITS - a) Load tolerant operation without amplifier shutdown due to high Voltage Standing Wave Ratio (VSWR), b) operation without damage, fold back or oscillation into any load condition, c) VSWR reflected power protection, d) Helix over current protection, e) Traveling wave tube (TWT) over temperature protection, f) Power supply over temperature protection, g)Airflow fault protection, 2.) DISPLAY FEATURES - a) Forward and reverse power, b)TWT temperatures voltages and currents, c) Power supply fault, d) power on standby/warm up/operate, e) TWT over temp indicator, f) External interlock fault, g) Remote/local indicator, h) Excess reflected power warning, 3.) MEASUREMENT FEATURES - a) RF sample port, 4.) CONTROL FEATURES - a) IEEE-488 interface, b) Gain control (35dB adjustment, minimum), c) Device for external interlock, d) Key lock, e) Power ON, f) Standby/RF off, g) RF On/Operate, h) Easily accessible AC breaker, 5)TECHNICAL SPECIFICATIONS - a) Operation throughout the 1- 8 GHz region, b) Minimum output of 200 watts at the output connector with all protection features engaged (all frequencies from 1-8 GHz, no exceptions), c) Minimum tube rating of 250 watts, d) 0 dm input to provide full output, e) Minimum 35 dB gain adjustment, f) Type N female input and output connectors, g) Must amplify CW, AM, FM or pulse modulation, h) Pulse widths must be down to 1 microsecond, i)50 Ohm input/output, j) Harmonic distortion no greater than -4 dbc at lower band edge operating frequency, k) Noise power density no greater than 60 dbm/Hz, l) Minimum gain 53dB, m)Operation from 0 to 50 degrees C and relative humidity to 95 %, 6.) GENERAL SPECIFICATIONS - a) Provisions for 19 inch rack mounting, b) Modular design to facilitate power supply and individual stage repair, c) Forced air cooling, d) Rugged design able to withstand minor shock and vibration associated with transport between test facilities, e) No greater than 175 lbs. for any one individual amplifier, with provisions for two man maneuverability. The contractor shall deliver CLIN 0001 with the Contract Data Requirements List (CDRL) within 30 days after contract award to: Receiving Officer, Supply Department, Bldg. 665, M/S 31, Naval Air Station, Patuxent River, MD 20670-5304, m/f NAWCAD EMI Lab, Bldg. 1461, Code 5.1.7.3. Inspection and acceptance shall be made at destination. FAR 52.212-1 Instructions to Offerors -- Commercial Items (OCT 1995) is incorporated by reference and applies to this acquisition. The provision at 52.212-2 Evaluation--Commercial Items (OCT 1995) does not apply to this acquisition. Instead, the following information will be used for evaluation of offerors: an award shall be made to that responsible offeror submitting a technically acceptable proposal and offering the lowest evaluated price. Price shall be the deciding factor among technically acceptable proposals. To be technically acceptable, the offeror's technical proposal must be evaluated as technically acceptable for each of the requirements listed above. Technical acceptability will be determined solely on the content and merit of the information submitted in response to this provision. Therefore, it is incumbent on the offeror to provide sufficient technical literature, documentation, etc. in order for the Government to make an adequate technical assessment of the proposal. The price proposal shall be evaluated on the overall lowest price to the Government. The offeror shall provide backup information verifying the price offered, e.g. a copy of current catalog, three invoices for the same equipment, etc.. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Each offeror shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial (OCT 1995) with its proposal. FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (OCT 1995) is incorporated by reference and applies to this acquisition. The clause at 52.212-5 Contract Terms and Conditions Required to Implement Executive Orders -- Commercial Items (JAN 1996) is incorporated by reference, however, for paragraph (b) only the following clauses apply to this acquisition. 52.212- 5(b): 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate I (OCT 1995), 52.203-10 Price or Fee Adjustment for Illegal or Improper Activity (SEP 1990), 52.219-8 Utilization of Small Business Concerns and Small Disadvantaged Business Concerns (OCT 1995), 52.222-26 Equal Opportunity (APR 1984), 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans (APR 1994), 52.222-36 Affirmative Action for Handicapped Workers (APR 1994), 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (JAN 1988), 52.225-3 Buy American Act--Supplies (JAN 1994). Additionally, each offeror shall include a completed copy of Defense FAR Supplement (DFARS) provision 252.212-7000, Offeror Representations and Certifications - Commercial Items (NOV 1995). DFARS clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (NOV 1995) is incorporated by reference, however, for paragraph (b) only the following clauses apply, 252.225-7001 Buy American Act and Balance of Payment Program, 252.225-7012 Preference for Certain Domestic Commodities., 252.225-7036 North American Free Trade Agreement Implementation Act, 252.227-7037 Validation of Restrictive Markings on Technical Data, 252.233 - 7000 Certification of Claims and Requests for Adjustment of Relief, 252.247-7024 Notification of Transportation of Supplies by Sea. CONTRACT DATA REQUIREMENTS LIST (CDRL)-- The Government requires that one data item be provided. This data item shall be titled ''Operating and Maintenance Manual'' and may be submitted in contractor format. This CDRL requires the contractor to submit two final copies of, (1) manuals with drawings required to cover operation, maintenance, and installation, (2) schematics, (3) parts list, (4) troubleshooting guides, and (5) alignment/calibration charts and procedures. This CDRL is a one time only requirement and shall be included at no additional cost to the Government. WARRANTY--The contractor shall extend to the Government full coverage of any standard commercial warranty normally offered in a similar commercial sale, which shall include: (1) a minimum one year unlimited warranty on the output tube, (2) a two year unlimited warranty on all system components, and (3) a maximum of a two week turn around warranty service time (manufacturer receipt of defective amplifier to time of return receipt by Naval Air Warfare Center). Acceptance of the 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 warranty. The warranty period shall begin upon final acceptance of the applicable deliverable listed in the schedule. This is a DO rated contract. Offers are due to Chris Lyons, Contract Specialist, Contracts Competency Bldg. 588, M/S 32, Naval Air Warfare Center Aircraft Division, Patuxent River, MD 20670-5304, by 2:30 P.M. Eastern Standard Time 29 May 1996. All responsible sources may submit a proposal which shall be considered by the agency. For information regarding this solicitation contact Chris Lyons Code 2622CL1 (301) 342-1825 ext. 212. For copies of FAR provision 52.212-3 or DFARS provision 252.212-7000, fax your request to Chris Lyons, 301/342-1864. (0114)

Loren Data Corp. http://www.ld.com (SYN# 0261 19960424\66-0001.SOL)


66 - Instruments and Laboratory Equipment Index Page