Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 27, 2007 FBO #2069
SOURCES SOUGHT

58 -- Telescoping Mast

Notice Date
7/25/2007
 
Notice Type
Sources Sought
 
Contracting Office
P.O. Box 190022, North Charleston SC 29419-9022
 
ZIP Code
29419-9022
 
Solicitation Number
SSC-Charleston_MKTSVY_49382
 
Response Due
7/31/2007
 
Small Business Set-Aside
N/A
 
Description
The Space and Naval Warfare Systems Center (SPAWARSYSCEN), Charleston, Code 615, is soliciting information from potential sources to provide 16 each 8- meter and 15-meter telescoping masts with accessories. Masts shall be telescopic, extended manually by hand crank. Pneumatic masts are unacceptable in sandy/dusty environments and are vulnerable to small arms fire. The first mast shall extend to at least 8 meters, and the second shall extend to at least 15 meters. Mast systems shall be able to be mounted onto a HMMWV (High- Mobility Multi- Purpose Wheeled Vehicle) vertically for stationary (extended mast) and On-The-Move (retracted mast) operation. Mast mounting system shall be attachable to HMMWV without drilling holes in or making any permanent modification to HMMWV. Mast system will support various types of omni-directional and uni-directional antennas with RF cables, at a total weight of 60 pounds. The 8 meter mast system will operate when fully retracted while moving at 25 mph cross- country; 45 mph on dirt roads, and 60 mph on paved roads. With antennas and RF cables supported, masts must sustain (maximum mast top deflection 8 degrees) fully extended at wind speeds up to 35 miles per hour (mph) without using guy ropes, and must withstand 80 miles per hour (mph) maximum wind speeds using guy ropes. When either mast is attached to a HMMWV, one person shall be able to extend mast to full height with specified payload. Mast must also be removable from HMMWV mounting bracket without tools for on- the-ground operation. For this purpose, all necessary deployment (removal) accessories must be provided in accessory kit bags. No single item (mast body or accessory kit bag) shall weigh over sixty five (65) pounds. One person shall be able to remove either mast from the HMMWV and extend it fully, including setting base plate and guy lines, within fifteen (15) minutes. Mast system must be suitable for worldwide operation in harsh environmental conditions and must be able to complete one thousand (1000) deployment cycles (i.e., full extension and retraction) with no failure of any mechanism. System shall be of commercial-off-the- shelf design requiring no development. It is required that all masts and accessories come from one supplier. Accessory parts that support masts shall be identical and interchangeable between the two masts. The masts shall be finished using military standard paint conforming to MIL-DTL-14072. The finish color of the masts in retracted position shall be Tan 686A, color chip 33446 in accordance with MIL-DTL- 64159 and FED-STD-595. It is anticipated that a solicitation will be issued for a Commercial Off-the- Shelf Firm-Fixed-Price type contract issued under the test procedures of FAR Part 13.5. Firms are invited to submit appropriate documentation as described above in addition to any literature, brochures, and references necessary to support that they possess the required capabilities necessary to meet or exceed the stated requirements. There is a limit of five (5) pages on data submitted. Responses shall be submitted via e- mail to SPAWARSYSCEN, Charleston, Jo Ann Lawless, Contract Negotiator, at joann.lawless@navy.mil. Include the name of your firm in the subject line of your e-mail message. Responses must include the following: 1) name and address of firm; (2) size of business: average annual revenue for past three years and number of employees; (3) ownership: Large, Small, Small Disadvantaged, 8(a), HuBZone, Woman-Owned, Veteran- Owned and/or Service Disabled Veteran- Owned; (4) number of years in business; (5) two points of contact, including: name, title, phone, fax, and e-mail address; (6) DUNS Number (if available); (7) affiliate information: parent corporation, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); (8) a list of customers covering the past 5 years; highlight relevant work including a summary of work performed, contract number, contract type, dollar value for each customer reference, and customer point of contact with phone number. NOTE REGARDING SYNOPSIS: This synopsis is for information and planning purposes and is not to be construed as a commitment by the government. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement nor any follow-up information requests. Respondents will not be notified of the results of the evaluation. Based on the analysis of the responses hereto, the Government reserves the right to consider a set- aside for one of the small business preference groups (i.e., 8(a), SDB, SDVO, etc..). The applicable NAICS code is 334290 with a size standard of 750 people. Closing date for responses is 31 July 2007 by 1300 EST local time. ****
 
Web Link
Click on this link to access the SPAWAR E-Commerce Central Web Site
(https://e-commerce.spawar.navy.mil/Command/02/ACQ/navhome.nsf/homepage?readform&db=navbusopor.nsf&whichdoc=7FA51B438927EC9688257323004FD204&editflag=0)
 
Record
SN01352406-W 20070727/070725222415 (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.