Combined Synopsis/Solicitation
HQ002890708600
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued.
Solicitation/synopsis reference number HQ002890708600 is being issued as a Request for Quotations (RFQ) and incorporates the following with the word âquoterâ substituted for âofferorâ.
Provisions and clauses are those in effect through Federal Acquisition Circular 2005-32 effective 31 Mar 2009 and DFARS Change Notice 20090115.
(1) FAR 52.212-1 (Instructions to Offerors â Commercial Items) (JUN 2008):
(a) Re para (a): NAICS 334220; small business size standard is 750 employees.
(b) Note that para (k) requires quoter to be registered with the Central Contractor Registration (CCR) database at time of contract award and throughout the performance period.
(2) FAR 52.212-2 (Evaluation â Commercial Items) (JAN 1999) with the following insertion in para (a) âlowest priced technically acceptable quote with acceptable past performance.â Technical evaluation will be whether quoted items satisfy all required technical specifications contained in CLIN 0001 below. Technical specifications for quoted items MUST accompany the offerorâs bid submittal.
(3) QUOTATIONS MUST BE RECEIVED NOT LATER THAN 2:00 PM PACIFIC TIME 13 MAY 2009 IN ORDER TO BE CONSIDERED. Quote submissions may be e-mailed to
[email protected] or sent via fax to (951) 413-2432. Due to technical issues, email and fax may not result in your proposal arriving before the cut-off time, please allow extra time if youâre sending your quote via electronic means.
(4) Quotations must include completed copy of provision at FAR 52.212-3 (Offeror Representations and Certifications â Commercial Items) (FEB 2009) with Alt 1 (APR 2002) or indication that reps and certs are located on the Online Representations and Certifications Application (ORCA) website.
CLIN 0001 â Name: 250 Watt FM Transmitter System
QTY: 1 Each
Unit Price:
Total Amount:
The FM transmitter system is required to be a Main/Alternate type configuration with automatic changeover. Main/alternate transmitter and changeover switch must be rack mountable, rack included.
System must include:
- dial up remote / computer interface: for control and monitoring with alarm call out feature
- manufacturer recommended spare parts kit to include spare power supply and spare RF amplifier assembly
- 500 watt dummy load
- 10 each, 10 feet pieces of RG393
- 2 each N connectors
The following are technical specifications for the transmitter system:
GENERAL
RF Power Output: 25-250W
Output Impedance: 50 ohms nominal
VSWR: Rated power into 1.5:1 VSWR. Open and short circuit protected at all phase angles.
Frequency Range: 87.5MHz to 108MHz; 100kHz increments, 10kHz when specified
Frequency Stability: Internal TCXO: +/-300Hz, -10°C to +50°C External Output: +/- accuracy of reference source
Audio Inputs: AES (wire & optical), L&R analog, composite, SCA/RBDS/RDS external generator input, SCA audio inputs (2); two internal SCA generators, internal RBDS/RDS generator
Modulation Type: Direct-to-channel digitally generated FM (no analog up-conversion); FM only, HD Radio only, or HD Radio + FM
Modulation Capability: Up to 300kHz
Asynchronous AM S/N Ratio: 80dB below rated power reference carrier with 100% AM modulation at 400Hz, 75 lsec-de-emphasis with no FM modulation present
Synchronous AM S/N Ratio: 60dB below rated power reference carrier with 100% AM modulation at 400Hz, 75 lsec-de-emphasis with FM modulation +/- 75kHz at 400Hz
Spurious and Harmonic: 85dB or better; low pass filter standard
AC Input: 90 to 264VAC; 47-63Hz
Power Factor: 0.98 or better
Surge Protection: Tested with IEEE C62.41-1991 recommended waveforms for location category B3 and IEC 801-4 standard waveforms for severity level 4
Regulatory: FCC; DOC; CE; CCIR; IEC 215 Safety
ENVIRONMENTAL
Temperature Range: -10°C to +50°C
Altitude: 10,000 ft (3048 m)
Humidity: 95% maximum, non-condensing
STEREO PERFORMANCE
Operational Modes: Stereo, mono (L+R), L only, R only
Input Level: AES: -2dBfs for 100% modulation; 16-24 bits (32, 44.1, 48 or 96kHz typical rates for AES/EBU devices) L&R: +10dBm for 100% modulation into 600 ohms
Impedance: AES: 110 ohms balanced L&R: 600 ohms or 10k selectable; balanced
Connector: AES: Wire-XLR, Optical-Toshiba (TosLink) L&R: XLR
Amplitude Response: +/- 0.5dB, 20Hz to 15kHz
THD + Noise: 0.03% or better
IMD Distortion: 0.03% or better
S/N Ratio: 85dB or better below 100% modulation @ 400Hz
Stereo Separation: 70dB, 20Hz to 15kHz
Linear Crosstalk: 70dB below 100% modulation; 20Hz to 15kHz; main to sub and sub to main
Pilot Stability: +/- 0.3Hz, 0°C to 50°C
Audio Overshoot: 2dB max
38,57,76 and 95kHz Suppression: 80dB below 100% modulation
COMPOSITE PERFORMANCE
Input Level: 3.5V p-p for 100% modulation into 10k ohms
Impedance: Balanced: 10k ohms or 50 ohms selectable Unbalanced: 10k ohms
Connector: Balanced: BNC Unbalanced: BNC
Amplitude Response: +/- 0.01dB; 20Hz to 53kHz; 0.1dB; 53kHz to 99kHz
Phase Response: +/- 0.1° from linear phase; 53kHz to 100kHz
THD + Noise: 0.005% or less
IMD Distortion: 0.005% or less
FM S/N Ratio: 90dB below 100% modulation @ 400Hz
MONO PERFORMANCE
Operational Modes: Mono (L+R), L only, R only
Input Level: 3.5V p-p for 100% modulation into 600 ohms
Impedance: 600 ohms or 10k ohms selectable
Connector: XLR
Amplitude Response: +/- 5dB; 20Hz to 15kHz
THD + Noise: 0.05% or less; 20Hz to 15kHz
IMD Distortion: 0.05% or less; 20Hz to 15kHz
FM S/N Ratio: 90dB below 100% modulation @ 400Hz
SCA 1&2 PERFORMANCE (INTERNAL)
Operational Modes: Mono (L+R), L only, R only
Input Level: 3.5V p-p for 100% modulation into 600 ohms
Impedance: 600 ohms or 10k ohms selectable
Connector: XLR
Amplitude Response: +/- 0.5dB; 20Hz to 7kHz
THD + Noise: 0.05% or less; 20Hz to 15kHz
IMD Distortion: 0.05% or less; 20Hz to 15kHz
FM S/N Ratio: 90dB below 100% modulation @ 400Hz
RBDS/RDS PERFORMANCE (INTERNAL)
Frequency: 57kHz
Injection Level: 2 to 15%; software programmable
SCA/RBDS/RDS (EXTERNAL)
Input Level: 3.5V p-p for 10% deviation
Impedance: 10k ohms unbalanced
Connector: BNC
Amplitude Response: +/- 0.5dB; 20Hz to 100kHz
19kHz Output: 19kHz synchronization clock for external RBDS/RDS operation 2.5V p-p into 50 ohms
PHYSICAL
Height: 7 inches
Width: 19" EIA rack mountable
Depth: No rear rails required - fits into 24" deep rack
Airflow: Intake and exhaust through back of unit
Weight: 38 lbs. unpacked
SHIPPING ADDRESS is:
DMA CRP BELVOIR
ATTN: MR. JOSE VILLAZON
5921 16TH STREET, BLDG. 190
FT. BELVOIR, VA 22060
All items must be quoted FOB Destination.
It is the responsibility of all interested quoters to review this site frequently for any updates/amendments that may occur during the solicitation process. The response date cited above does not obligate the Government to award a contract nor does it obligate the Government to pay for any proposal preparation costs. The Government reserves the right to cancel this procurement/solicitation either before or after the solicitation closing date, with no obligation to the quoter by the Government.
All prospective contractors must be registered in the Central Contractor Registration (CCR) in order to be eligible for contract award. For registration, go to http://www.ccr.gov/ and follow the instructions.
The Government will issue an order to the responsible quoter, with acceptable past performance, submitting the lowest priced technically acceptable quotation. This order will include the following referenced clauses which may be accessed electronically at www.arnet.gov:
FAR 52.204-9 (Personal Identity Verification of Contractor Personnel (SEP 2007)
FAR 52.212-4 (Contract Terms and Conditions-Commercial Items) (FEB 2007)
FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items) (APR 2008)
FAR 52.219-8 (Utilization of Small Business Concerns and Small Disadvantage Business Concerns) (MAY 2004)
FAR 52.232-33 (Payment by Electronic Funds-Central Contractor Registration) (OCT 2003)
DFARS 252.204-7004, Alt A (Required Central Contractor Registration (CCR) (SEP 2007)
DFARS 252.232-7003 (Electronic Submission of Payment Request) (MAR 2008)
DFARS 252.246-7000 (Material Inspection and Receiving Report) (APR 2008)
Additional FAR and DFARS clauses required by the regulations will be included.
Local DMC clauses, 52.0100-4028 (Contract Contact Information)(DMC) (JUN 2005) and 52.0100-4094 (Marking Instructions for All Items to Include Drop Ship and Direct Shipment) (JUN 2006), will be included.
Bid Protests Not Available