RFHIC Corporation RRP291K0-10 Pulse Amplifier Modules
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Sources Sought (Original)
- Original Published Date: Aug 12, 2024 09:06 am MDT
- Original Response Date: Aug 22, 2024 12:00 pm MDT
- Inactive Policy: 15 days after response date
- Original Inactive Date: Sep 06, 2024
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 5963 - ELECTRONIC MODULES
- NAICS Code:
- Place of Performance: USA
Description
Notice Number: 145035240031SM
Notice Type: Sources Sought Synopsis
Title: RFHIC Corporation RRP291K0-10 Pulse Amplifier Modules
Response Date: August 22, 2024
This is a SOURCES SOUGHT SYNOPSIS and is not a pre-solicitation announcement. The purpose of this Market Research and Sources Sought Notice is to gain knowledge of potential qualified U.S. Domestic businesses, which could include Small Business, HUBZone, 8(a), Service Disabled Veteran Owned, Women Owned Small Business firms and even Large Businesses. Responses to this Sources Sought Synopsis will be used by the Government in making appropriate acquisition decisions.
The National Oceanic and Atmospheric Administration (NOAA), Oceanic and Atmospheric Research (OAR), Earth Systems Research Laboratories (ESRL), Physical Sciences Laboratory (PSL) runs a network of S-Band Precipitation Profilers that have been operating in the field for over 10 years. The PSL is in need of replacement pulse amplifier modules for use within their profilers, as the units are currently nonfunctioning. This procurement will support data continuity and continued operation of the radar network. The PSL requires two (2) pulse amplifier modules like the RFHIC Corporation model RRP291K0-10 to use as drop-in replacements.
INTENDED USE/PURPOSE:
The RFHIC Corporation RRP291K0-10 is a pulse amplifier module designed for Radar system application frequencies from 2.7 to 3.1 GHz. The module uses GaN HEMT technology, which performs high breakdown voltage, wide bandwidth, and high efficiency. This is the only known instrument that can meet the Government’s needs, and this notice’s intent is to identify any other products that meet the full requirements listed below.
SPECIAL REQUIREMENTS/ESSENTIAL SALIENT FEATURES:
Electrical Specifications:
Operating Frequency: 2700-3100 MHz
Operating Bandwidth: 400 MHz
Output Pulse Power: 1100 W (min 1000 W)
Input Pulse Power: 0 dBm
Power Gain: 60.5 dB (min 60 dB)
Gain Flatness: +/- 1.0 dB
Duty Cycle: 20%
Pulse Width: 500 us
Efficiency: 35% (min 30%)
Amplitude Pulse Droop: 0.5 dB (max 1.0 dB)
Harmonics 1 to N: 40 dBc
Spurious Level: 60 dBc
Rise Time: 200 ns
Fall Time:200 ns
Input VSWR: 1.5:1 dB
Output VSWR: 1.5:1 dB
Switching Time: 0.5 us (max 1 us)
Phase Deviation: -20 to 20 °
Absolute Maximum Ratings:
Operating Junction Temperature: 225 °C
Operating Flange Temperature: -30 to 75 °C
Storage Temperature: -30 to 125 °C
Operating Voltages:
Drain-Source Voltage: nominal voltage 50 V, +/- 5% accuracy
Drain-Source Sub Voltage: nominal voltage 12 V, +/- 5% accuracy
Shutdown Voltage: TTL Low(0V) : PA ON, TTL High(5V) : PA OFF
On/Off Control Voltage: TTL Low(0V) : PA ON, TTL High(5V) : PA OFF
Power Supply:
Drain-Source Current (AVG): 14 A (max 20 A)
Drain-Source Sub Current (AVG): 0.12 A (max 0.2 A)
Mechanical Specifications:
Mass: 1.3 kg
Dimension: 220 mm x 145 mm x 27 mm
RF Connector: SMA Female, RF Input; N-type Female, RF Output
DC Connector: 3W3 connector, supply; 9pun D-Sub, Control
DELIVERY SCHEDULE:
Deliver by 60 days after date of award.
The North American Industry Classification Code (NAICS) is 334413 with a size standard of 1,250 employees.
Interested firms shall provide, in writing, a brief narrative (no more than 3 pages in length) and documentation to support your firm’s capability and experience meeting the requirements herein and include your firm’s name, address, point of contact, telephone number, UEID Number, CCR CAGE Number, business type and size (i.e., small, large, non-profit, educational, etc.). Any response that does not include this information will not be considered. The Government will review your response to determine if your firm has the experience, knowledge and capability to provide the items as specified above.
This request for information does not constitute a commitment, implied or otherwise, that a procurement action will be issued. Nor does this request for information constitute a commitment, implied or otherwise, that any procurement action may be issued for the Government’s requirements.
No entitlement to payment of direct or indirect costs or charges by the Government will arise because of the submission of contractor’s information. The Government shall not be liable for or suffer any consequential damages for proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations.
All contractors doing business with the Government are required to be registered and active with the System for Award Management (SAM) website.
NOTE: THIS SYNOPSIS IS NOT CONSIDERED A REQUEST FOR PROPOSAL BUT A REQUEST FOR INFORMATION ONLY. No solicitation document is available. No contract will be awarded based on responses received to this notice.
Attachments/Links
Contact Information
Contracting Office Address
- WESTERN ACQUISITION DIVISION 7600 SAND POINT WAY NE BLDG 1,
- SEATTLE , WA 98115
- USA
Primary Point of Contact
- MAS, STEPHANIE
- STEPHANIE.MAS@NOAA.GOV
- Phone Number 3035786768