Federal Bid

Last Updated on 07 Oct 2007 at 4 AM
Combined Synopsis/Solicitation
Fort huachuca Arizona

58--Vector Signal Generator for the Electronic Proving Ground (EPG), Fort Huachuca, Arizona 85613

Solicitation ID W9124Q-07-R-EPGVSG
Posted Date 25 Jun 2007 at 4 AM
Archive Date 07 Oct 2007 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Fort huachuca Arizona United states 85613
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: Vector Signal Generator Requirements: one each, Vector Signal Generator (VSG ) system 100 kHz  3 GHz; Technical requirements: The Vector Signal Generator will be a self-contained, light weight, air-cooled, modular in design. Must have two independent signal generators housed in one cabinet, both supporting 100 kHz  3 GHz. It mu st have two complete baseband paths. There must be no lossless combination of baseband signals in the digital domain. It must have digital modulation (real time) and ARB (64M samples); FM/PHIM modulator capability; digital standard IS-95 WinSIM; digita l standard 1xEV-DO WinIQSIM; digitial standard GPS capabilities. The VSG must have an arbitrary waveform generator with up to 128 Msample memory for I and Q (512 Mbyte). It must have functionality to allow signals generated in the different basebands to be added. The VSG must have proven reliability and be of a design that provides high efficiency operation, low distortion and is stable across the frequency range. REQUIRED SPECIFICATIONS: Five years of calibration coverage based on the vendors rec ommended calibration interval-includes calibration test data. Minimum 2-year warranty parts and labor. Frequency: Frequency Range .100 KHz  3 GHz, Setting time less than 2ms, typical 1ms,Setting time in List Mode less than 450 us; Level: Range -145 dBm to +13 dBm (PEP); Spectral Purity (at F = 1 GHz): Nonharmonics: Carrier offset greater than10 kHz less than -80 dBc,Carrier offse greater than 850 kHz less than -86 dBc,SSB Phase Noise (20 kHz Carrier Typical -135 dBc,Offset, 1 Hz Measurement Bandwidth), Wideband Noise (Carrier Offset greater than 5 MHz, Typical -149 dBc(I/Q Modulation), 1 Hz measurement Bandwidth);ALCR 3GPP Test Model 1, 64 DPCH Typical 70 dB; RF Modulation Path Using External I/Q Inputs 200 MHz, Using Internal Baseband Section 80 MHz ;Supported Modulation Types AM ..20-500 kHz,Pulse ..0-100 kHz,ASK &0-100 %,FSK MSK, 2FSK, 4FSK,PSK &BPSK, QPSK, OQPSK, p//2-DBPASK, p/4-DQPSK, p/8-D8PSK, p/4-QPSK, 8PSK, 8PSK EDGE,QAM ..16QAM, 32QAM, 64QAM, 256QAM, 1024QAM; Supported Standards and di gital Systems 3GPP LTE 3GPP SPA, 3GPP FDD3GPP TDD,TD-SCDMAGSM/EDGE cdmaOneCDMA20001xEV-DOWiMAX IEEE 9-2/17TM-2004/Cor1/D5 and IEEE 802.16e-2005 IEEE 802.11a IEEE 802.11b IEEE 802.11gTETRABluetoothAWGNUser-Defined Multicarrier CW GPS DVB-HXM-RADIO; Interfaces IEEE 488.2 LAN (100BaseT) 3x USB 1x USB slave VGA. FOB DESTINATION: Fort Huachuca, Arizona. Payment will be made by Government credit card under Net 30 Terms. Offer s are due no later than 12 noon, Mountain Standard Time, Monday, 2 July 2007. Offers shall be submitted electronically at: [email protected]. EVALUATION CRITERIA/PROCEDURES: Offers will be evaluated based on the following best value criteria i n 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 m ust be submitted in writing. For additional information, contact Carmen M. Simotti, Contract Specialist, at (520) 533-8189 or [email protected]. The synopsis/solicitation document and incorporated provisions and clauses are those in effect thro ugh Federal Acquisition Circular 2005-16. This is a full and open procurement. 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 Tec hnology 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. FAR provision 52.212-2, Evaluation of Commercial Items, applies to the acq uisition (See evaluation criteria above). Offerors shall include a completed copy of FAR provision 52.212-3,Offeror Representations and Certifications Commercial Items, and furnish Offeror's Tax Identification Number, CAGE Code, Central Contractor Registra tion 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 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 proposals received in response to this announcement.
Bid Protests Not Available

Similar Opportunities

Cameron Louisiana 31 Jul 2025 at 7 PM
Colorado 17 Jul 2025 at 4 AM (estimated)
Colorado 17 Jul 2025 at 4 AM (estimated)