Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 11, 2007 FBO #2084
MODIFICATION

58 -- AN/USC-60A (FTSAT) Ka Band Upgrade

Notice Date
8/9/2007
 
Notice Type
Modification
 
Contracting Office
Bldg 61801, Fort Huachuca, AZ 85635
 
ZIP Code
85613-5000
 
Solicitation Number
W91RUS-07-T-0212
 
Response Due
8/20/2007
 
Archive Date
2/16/2008
 
Point of Contact
Name: Alex Iglesias, Title: Ass't Director, Phone: 5205388832, Fax: 5205330360,
 
E-Mail Address
alex.iglesias@us.army.mil;
 
Small Business Set-Aside
N/A
 
Description
AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is W91RUS-07-T-0212 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-18. The associated North American Industrial Classification System (NAICS) code for this procurement is 334220 with a small business size standard of 750 employees. This requirement is unrestricted and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2007-08-20 14:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Indian Head, MD 20640 The USA ACA Fort Huachuca, ITEC 4 requires the following items, Brand Name or Equal, to the following: LI 001, ***PLEASE SEE THE ATTACHED SOLICITATION DOCUMENT W91RUS-07-T-0212 FOR MORE INFORMATION*** AN/USC-60A (FTSAT) Ka Band Upgrade The Joint Interoperability Test Command (JITC) requests sources capable of meeting technical requirements provided detailed information about its products. The Fly-away Tri-band Satellite Terminal (FTSAT) system must be Defense Satellite Communications Systems (DSCS) certified and INSTELSAT qualified at time of delivery. Delivery of terminal(s) is expected to occur no later than 30 November 2007. The FTSAT is a tri-band terminal that provides long-haul communications capability for the JITC facility located at Indian Head, Maryland. It provides reach back to CONUS and/or other overseas command centers as part of joint interoperability test network. Key requirements of the FTSAT are as follows: It must operate will all U.S. and NATO X-band satellites as well as with commercial C-band and commercial and military Ku-band satellites with data rates up to 8 Mbps. It must operate on the commercial XTAR service with data rates up to 50 Mbps. It must also be capable of operating on the Wideband Global SATCOM (WGS) satellite payload in the X and Ka bands. The successful contractor should already have and deliver a Ka upgrade to the FTSAT and must have submitted the Ka upgrade for Army Forces Strategic Command (ARSTRAT) certification by the time of delivery. It must contain baseband options that support Ground Mobile Forces (GMF) terminals and Standardized Tactical Entry Point (STEP) sites and Teleport sites. It must be capable of operating point-to-point or as a spoke in a hub/spoke Ground Mobile Force (GMF) communication network. It must have a Control, Monitor and Alarm (CM&A) system that use a laptop computer (government provided) that allows all communications equipment to be remotely configured from a graphical user interface. It must be able to be configured from the front panel controls and laptop computer. It must have an antenna and tripod assembly that facilities set-up, tear down, and band reconfiguration. It must have established maintenance support consisting of warranty coverage of no less that one year from the time of delivery and yearly Maintenance and Repair Support options. It must have a fully developed Operations and Unit Level Maintenance Manual and commercial component level manuals. It must have a fully developed training package, including a computer-based/refresher training tool. FOB: Destination PURCHASE REQUEST NUMBER: H9125771515000A, 1, INFORMATIONAL; LI 002, AN/USC-60A FTSAT 2.4M Multiple Antenna System with 11 piece composite reflector, UNIFOLD pedestal, manual AZpositioner and 3 separate feed assemblies (filters, feed horns, waveguides and Low Noise Amplifiers (LNAs)) for the three RF frequency bands; C-, X- and KU- bands. Tri-bands HPA Subsystem consisting of an antenna mounted 400W Traveling Wave Tube Assembly (TWTA) and an High-voltage Power Amplifier (HPA) controller. Tri-bands Frequency Conversion Subsystem for C-, X-, XTAR and Ku- band including block converter unit for Transmitting Frequency (TF) to L-band translation and synthesizer tuned Up/Down Converter form L-Band to 70MHz. Modem Subsystem consisting of an ComTech EF Data SLM 5650 Satellite modem compatible with operation over both DSCS and INTELSAT. Monitor and Control subsystem using a local control processor to interface the electronics subsystem to a laptop computer which can be situated up to 500ft from the antenna location. Including antenna tracking, fiber optic and auxiliary equipment options. FOB: Destination PURCHASE REQUEST NUMBER: H9125771515000A, 1, EA; LI 003, FTSAT Ka-Band Upgrade Turn-in Key Kit including: Ka-Band 175 watt TWTA, Linearized with Integrated Block Up Converter (BUC) Ka-Band Low Noise Block (LNB) Down Converter 1.2 Meter Reflector, 4-piece HPA/Waveguide Transit Case Satellite modem compatible with operation over both DSCS Data Collection UnitController Controller Firmware Update Case a1&A2 Rear panels Reflector Head Adapter Plate HPA Mounting Plate Ka-Band TX Waveguide In-House Assembly and Test FOB: Destination PURCHASE REQUEST NUMBER: H9125771515000A, 1, EA; LI 004, Spares Kits & Cases Spares kit and cases (3 cases) should have as a minimum the following components: ComTech SLM-5650 Satellite Modem High Power Amplifier (HPA) Block Converter Up/Down Converter. FOB: Destination PURCHASE REQUEST NUMBER: H9125771515000A, 3, EA; LI 005, XTAR Feed Assembly and Case XTAR feed assembly and case. XTAR conversion kit should have as a minimum the following components: 2 Port X-Band Feed & Components X-Band Ortho Mode Transducer (OMT) / Polarizer X-Band LNA X-Band Feed / LNA Case Assy FOB: Destination PURCHASE REQUEST NUMBER: H9125771515000A, 1, EA; LI 006, Shipping for System & Spares Set Commercial shipping within the Continental United States **THIS CLIN IS A NOT TO EXCEED PRICED CLIN** FOB: Destination PURCHASE REQUEST NUMBER: H9125771515000A, 1, EA; For this solicitation, USA ACA Fort Huachuca, ITEC 4 intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. USA ACA Fort Huachuca, ITEC 4 is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, contact Alex Iglesias at alex.iglesias@us.army.mil or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Buyers and Sellers understand that FedBid ranks all bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified herein below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) directly to alex.iglesias@us.army.mil (NOT THROUGH FEDBID.COM) so that they are received at that email address no later than the closing date and time for this solicitation. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (09-AUG-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
www.fedbid.com (b-45587_05, n-7022)
(http://www.fbo.gov/spg/USA/DABL/DABL03/W91RUS-07-T-0212/listing.html)
 
Place of Performance
Address: Indian Head, MD 20640
Zip Code: 20640-5149
Country: US
 
Record
SN01368349-F 20070811/070809230726 (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.