Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 15, 2004 FBO #0779
SOURCES SOUGHT

18 -- Radio Interference Measuring Set (RIMS)

Notice Date
1/13/2004
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Air Force, Air Force Space Command, SMC - Space and Missiles System Center, 2420 Vela Way, Suite 1467, El Segundo, CA, 90245-4659
 
ZIP Code
90245-4659
 
Solicitation Number
Reference-Number-22-04
 
Response Due
1/30/2004
 
Archive Date
2/14/2004
 
Point of Contact
Capt Richard Marsh, Contract Manager, Phone (719) 556-2795, Fax null, - Dale Schaffer, Project Officer, Phone (719) 556-2918, Fax null,
 
E-Mail Address
richard.marsh@cisf.af.mil, dale.schaffer@cisf.af.mil
 
Description
The Program Office for the Defense Meteorological Satellite Program within the US Air Force is projecting a potential requirement for replacement of the Radio Interference Measuring Set (RIMS) system components which have become logistically unsupportable. RIMS supports the Solar Electro-Optical Network (SEON), which is comprised of the Radio Solar Telescope Network (RSTN) and the Solar Observing Optical Network (SOON). RIMS and the Solar Radio Spectrograph (SRS) are the major systems which comprise the RSTN. RIMS detects radio flares on the solar disk by analyzing the microwave spectrum at 245, 410, 610, 1415, 2695, 4995, 8880, and 15400 MHz. It is projected that components selected for replacement will be installed at four Air Force solar observatories; Sagamore Hill MA, Palehua HI, San Vito IT and Learmonth AU. This planned effort provides for: (1) A supportability analysis of the existing components which make up the RIMS system. (2) A recommendation for component replacement. (3) Acquisition of government approved replacement hardware and software. (4) Installation and checkout of government approved replacement hardware and software. (5) Updating of system documentation to include operations and maintenance technical orders, procedures and drawings. (6) Provide training and training support materials for all personnel assigned to the operational sites. The typical components to be analyzed for supportability are: Radio Interference Measuring Set: AN/FRR-95(V)1, PN 317400, (Qty 1); Control Indicator, 3 Foot Antenna, PN 712420-01, (Qty 1); Control Indicator, 8 Foot Antenna, PN 712420-01, (Qty 1); Control Indicator, 28 Foot Antenna, PN 712450-01, (Qty 1); Radiometer, R2067/F, PN 62445/317311, (Qty 1); Radiometer, R2068/F, PN 624460/317312, (Qty 1); Radiometer, R2069/F, PN 624461/317313, (Qty 1); Radiometer, R2070/F, PN 624462/317314, (Qty 1); Radiometer, R2074/F, PN 624466/317318, (Qty 1); Radiometer, R-2073/F, PN 624465, (Qty 1); Radiometer, R2072/F, PN 624464/317316, (Qty 1); Radiometer, R2071/F, PN 624463/317315, (Qty 1); Antenna Assembly, 8ft, PN 712300-01, (Qty 1); Antenna Assembly, 3ft, PN 712415-01, (Qty 1); Antenna Assembly, 28ft, PN 712640-01, (Qty 1). The projected period of performance for this effort will include a 4 to 6 month supportability analysis schedule, 10 to 12 month production/procurement schedule, and a 4 to 6 month installation schedule. The government will provide the Technical Requirements Document, equipment list, and technical orders. Interested parties are invited to submit a statement of technical capabilities, which includes the following information: (1) Company name, mailing address, points of contact and telephone numbers, (2) Business size classification, Large, Small, or Other, and (3) Experience with subject effort. Small Business companies with the capability to perform this requirement are encouraged to participate. The small business size standard for this requirement is NAICS 517410. Interested offerors must submit Statement of Capabilities (SOC), which clearly illustrate expertise in the following areas: (1) Solar and space physics, (2) Solar and space weather forecasting, (3) Electromagnetic signal processing of the radio and microwave spectra, including radio and microwave solar phenomena, (4) Digital electronics, (5) Radio Frequency Interference, (6) Antenna and tracking system design, (7) Control systems, (8) Automated Data Processing Equipment, (9) Production, integration, installation and test, (10) Technical support (hardware and software), and (11) Ability to begin the supportability analysis immediately after contract is awarded. Send your capability statements to SMC Det 11/PK (Attn: Captain Richard Marsh, 1050 E. Stewart Ave, Peterson AFB CO 80914. Oral communications are not acceptable. This notice is strictly a sources-sought notice and shall not be considered a request for offers. Prospective contractors should submit information in writing no later than the deadline date stated above with well documented evidence of their capability to meet all technical contractual requirements. Verbal responses will not be accepted.
 
Place of Performance
Address: See Description above.
 
Record
SN00503089-W 20040115/040113212028 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.