Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 03, 2006 FBO #1833
SOLICITATION NOTICE

59 -- Antenna System, 6-Ft Dual Axis

Notice Date
12/1/2006
 
Notice Type
Solicitation Notice
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 96th Contracting Squadron (Eglin AFB), 96th Contracting Squadron 205 West D Ave., Suite 541, Eglin AFB, FL, 32542-6862, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-F1T0DE6313A400
 
Response Due
12/18/2006
 
Archive Date
1/21/2007
 
Description
The 96 Contracting Squadron at Eglin AFB, Florida intends to solicit, negotiate, and award a Firm-Fixed Price (FFP) contract for the purchase of a dual axis auto-tracking antenna system and upgrades of existing antenna systems to support the Advanced Range Telemetry Integration and Support (ARTM I&M) program for the 46th Range Group at the Eglin Test and Training Center (ETTC) is. The system will be integrated into the ETTC telemetry acquisition systems and airborne instrumentation ground stations. The antenna shall have the ability to receive and transmit in the L and S frequency bands. This is a combined synopsis for commercial items prepared in accordance with the format in subpart 13.5, as supplemented with additional information included in this notice. The announcement (reference) number is F1T0DE6313A400. The North American Industry Classification System (NAICS) code for this acquisition is 334220, with a small business size standard of 750 employees. Please identify your business size in your response based upon this standard. REQUIREMENT: The feed will be of conical scan type for auto-track. Provisions will be made for receiving and transmitting simultaneous RHCP and LHCP signals. The Antenna Control Unit (ACU) shall interface to the pedestal over a fiber optic link and have remote control and slaving capability via Ethernet. The antenna system shall also provide a camera system with all electrical and mechanical interfaces to mount the camera. The existing antenna systems consist of six scientific Atlanta series 3200 pedestals with 16-foot parabolic antennas and three Datron Systems P/N 120959-102 pedestals with 5-meter parabolic antennas. These systems need upgrades consisting of at a minimum: (1) New antenna controller with fiber optic interface to the pedestal. (2) Remote control and slaving via Ethernet. (3) Replacing mono feed system with conical scan feed. (4) New servo motors and gear boxes. (5) Refurbish or replace parabolic antenna. (6) Capable of simultaneously receiving and transmitting LHCP and RHCP signals in the L and S frequency bands. (7) The antenna system shall also provide a camera system with all electrical and mechanical interfaces to mount the camera. (8) Add a wide band acquisition antenna. A technical support package for initial installation, integration verification and training is required. Approximately eight individuals will require training. Operational manuals, schematics and associated technical documents must be provided. MANDATORY: A site visit is required by potential vendors to see the TM sites to determine antenna mounting and antenna refurbishment requirements. Arrangements for site visits can be coordinated with Mr. Anthony Aldrich, Systems Engineer, 46 RANSS/TSRT, 850-882-1710 (desk) and/or 850-685-4281 (cell phone). Delivery of these items is required F.O.B., Eglin AFB. Final inspection will be at Eglin AFB, FL. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-09. The following clauses are incorporated by reference: FAR 52-212-1, Instructions to Offers-Commercial Item and any addenda to the provisions; (JAN 99), 52.212-2, Evaluation-Commercial Items; (JAN 05), 52-212-3 Offeror Representations and Certifications- Commercial Items (Offerors must submit a complete copy with their offers; fill out online at ORCA, https://orca.bpn.gov/); 52.212-4 Contract Terms and Conditions- Commercial Items; (OCT 03), FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, incorporating the following: 52.219-8, Utilization of Small Business Concerns; 52.222-3, Convict Labor; 52.222-19 Child Labor - Cooperation With Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled, Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers With Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-3, Buy American Act?Free Trade Agreements?Israeli Trade Act; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer ? Central Contractor Registration; 52.233-2, Service of Protest;, 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I;(Jul 95), 52.222-3, Convict Labor, (JUN 03), 52.222-19 Child Labor ? cooperation with Authorities and Remedies; (JUN 04), 52.222-21 Prohibition of Segregated Facilities; (FEB 99), 52.222-26, Equal Opportunity; (APR 02), 52.222-35 Equal Opportunity for Disabled Veterans, Veterans of Vietnam Era, and Other Eligible Veterans; (DEC 01) 52.222-36 Affirmative Action for Workers With Disabilities; (JUN 98), 52.222-37,Employment Report on Special Disabled Veterans, (DEC 01), 52.225-13 Restrictions on Certain Foreign Purchases; (MAR 05), 52.232-33, Payment by Electronic Fund (CCR); (OCT 03), 52.233-3 Protests After Award; (AUG 96), 52.233-4 Applicable Law for Breach of Contract Claim; (OCT 04), 52.223-11 Ozone-Depleting Substances; (MAY 01), 52.247-34, F.O.B Destination , (11/91), 52.252-2 Clauses Incorporated by Reference; (FEB 98), This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil. Vendors must be registered in Central Contractor Registration (www.ccr.gov) before award can be made. All responses must be received no later than 4:00 P.M., Central Standard Time on 18 December 2006. The quote is at the discretion of the offeror. Send all packages to 96 CONS/MSCB, Attn: Mike DeNamur, 205 West D Ave. Suite 541 (Bldg 350), Eglin AFB, Florida 32542-6862, by phone (850) 882-0339, facsimile at (850) 882-1680, or email at michael.denamur@eglin.af.mil. Lt Brian Robertson will be the alternate POC and can be reached at phone (850) 882-0340, or email at brian.robertson@eglin.af.mil. The information provided herein for inclusion in this proposed synopsis has been reviewed and is technically accurate, unclassified, and suitable for public release. A Request for Quote is also advertised on GSA Advantage (GSA E-Buy).
 
Place of Performance
Address: 46 RANSS/TSRML - F1T0DE, ATTN: SANDRA KILCREASE, 505 N. FLORIDA AVE. BLDG 33MHU RM TSP, EGLIN AFB, FLORIDA, TEL (850) 882-9348, ,
Zip Code: 32542
Country: UNITED STATES
 
Record
SN01189343-W 20061203/061201220544 (fbodaily.com)
 
Source
FedBizOpps 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.