Channel Spacing
NB: 5 kHz, 6.25 kHz, 8.33 kHz, 12.5 kHz, 25 kHz
SATCOM: 5 kHz, 25 kHz
WB: 500 kHz, 1.2 MHz, 2.5 MHz, 5 MHz
Data Interfaces Ethernet, RS-232/RS-422, USB
Synchronous and Asynchronous
Control Interfaces Ethernet, RS-232, RS-422, USB
Integrated GPS
Frequency Tuning
10 Hz from 30 MHz-512 MHz
100 Hz from 513 MHz-2 GHz
Narrowband
Waveforms
AM/FM, VHF/UHF LOS
SINCGARS
Havequick I and II
APCO 25(optional)
Wideband Waveforms ANW2
ROVER III L-Band Receive(optional)
Voice and Data Modes
Simplex or half duplex
MIL-STD-188-113 CVSD
STANAG 4198 LPC-10e
STANAG 4591 MELPe
Data Modes
Synchronous Data
(300, 600, 1200, 2400, 12k, 16k bps)
SINCGARS ECCM
(VHF Low band/1200,2400,4800,9600)
Wideband FSK Cipher Text Digital Data
(16 Kbps;KY-57)
Narrowband Cipher Text Digital Data
(2.4 Kbps; ANDVT/KYV-5)
KG-84C
Havequick I/II ECCM
(16 Kbps; KY-57 UHF band only)
Encryption modes KY-57, KYV-5, KG-84, HAIPE®, AES w/Key Storage
Key fill device
Compatibility
AN/CYZ-10 DTD, KOI-18, KYK-13, KYX-15
MX-18290, AN/PYQ-10, KIK-20
Power Output
NB: 10 W
SATCOM: 20 W
WB: 20 W peak/5 W average
Antenna outputs
NB:30 MHz-512 MHz
SATCOM: 243 MHz-318 MHz
WB: 225 MHz-2 GHz
CLIN 0002- (Qty 2 EA) Power Supply: Merlin 2 kit for AN/PRC-117 MFR Part #78535-101299 or equal
SHIPPING OPTIONS:
Items can be shipped 30 Days ADC, FOB: Destination for delivery to Tracy, CA:
DEFENSE DISTRIBUTION DEPOT SAN JOAQUIN
TRACY DEPOT,
CCP WHSE. 30
25600 SOUTH CHRISMAN ROAD
TRACY, CA 95376-5000
Or to Andersen AFB, Guam:
36th Operation Support Squadron
Unit 14035 Building 17002
APO AP 96543-4035
The following provisions and clauses apply to this acquisition: FAR 52.211-6 Brand Name or Equal. Equal items must include all requested parts and measurements. If subbmitting an "or equal" brand, offers must include a complete description with catalog cuts. All offers must include all items listed above to be technically acceptable. The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items. Quotes will be evaluated and awarded to the offeror with the lowest price technically acceptable. The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, and the offeror must include a completed copy of this provision with their proposal. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunitty for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; The clause at DFARS 252.204-7004, Required Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense acquisitions of commercial items; DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. DFARS 252.225-7001, Buy American Act and Balance of Payment Program. The Government reserves the right to award on a multiple award or an all or none basis. All firms must be registered in the Central Contractor Registration database @ www.ccr.gov and shall be considered for award. All quotes must be sent to Lorraine Brandon at e-mail [email protected]. Oral Quotes will not be accepted. Responses to this RFQ must be received via e-mail, by Thursday 15 September 2011, 4:00pm Eastern Standard Time.