Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 17, 2009 FBO #2699
SOLICITATION NOTICE

58 -- Technical Surveillance Countermeasures Equipment and Training

Notice Date
4/15/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Agency, North Region, ACA, Fort Carson, ACA, Fort Carson, Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor, Fort Carson, CO 80913-5198
 
ZIP Code
80913-5198
 
Solicitation Number
W911RZ-09-T-0172
 
Response Due
4/21/2009
 
Archive Date
6/20/2009
 
Point of Contact
James Moreno, 719-526-6619<br />
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. Quotes shall reference solicitation number W911RZ-09-T-0172. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-32. Fort Carson intends to award a Firm-Fixed-Price Contract for a Technical Surveillance Countermeasures Equipment and Training. This is a brand name or equal requirement. The North American Industrial Classification System (NAICS) code for this procurement is 334511 with a small business size standard of 750 employees. This requirement is set aside 100% for Small Businesses. The Contractor shall propose the following Contract Line Item Numbers (CLINS): CLIN 0001 Technical Security Training Courses: See the Technical Surveillance Countermeasures Training & Equipment Statement of Work (SOW) Quantity: 4 people X ________ (Cost Per Student) = ______________ CLIN 0002 High Gain ORION Non-Linear Junction Evaluator: MFR Part #: HGO-4000, capability to detect hidden electronic devices, regardless of whether the device is radiating, hard wired or powered on, PC software included SPECIFICATIONS: TRANSMITTER Frequency Bands: 880-1005MHz in 200kHz or 100kHz steps Transmit Power: 30 milliwatts minimum to approximately 3 watts Effective Radiated Power (ERP) Power Control: Manual or auto control with 30 dB range RECEIVER Frequency Bands: Second Harmonic (1760-2010MHz) or Third Harmonic (2640-3015MHz) Sensitivity: -133dBm for Second and Third Harmonics DSP S/W Integration: Programmable between 6 and 18dB gain in sensitivity performance Receiver Bandwidth: 3kHz MECHANICAL Extension Lengths: 16-51 in (40.6-129.5 cm) Case Dimensions: 6.25 in x 14.9 in x 18.5 in (15.9 cm x 37.8 cm x 47.0 cm) Weight with Battery: 3.3 lbs (1.5 kg) Case Weight: 11.5 lbs (5.2 kg) Quantity: 1 X ________ (EA) = ______________ CLIN 0003 Inspection Tools for Non-linear Junction Detectors: MFR Part #: OTK-4000, compatible for use with a a Non-Linear Junction Detector INCLUDED INSPECTION TOOLS: Borescope with built-in light and right-angle viewing for inspection inside walls, furniture, etc.... Wiretracing system to trace miscellaneous cables. Fluke Multi-meter for testing miscellaneous cables and electronic devices. Combination Stud Finder and metal detector for non-destructive evaluation. Hammer to evaluate the stability of a junction under the physical vibration. Ultra-Violet Light and Marking Pen Multi-purpose geared screwdriver. Provides screwdriver function as well as small drill for use with Borescope. Miscellaneouse Tools: Pliers, wire cutters, leatherman ( multi-purpose tool ), Inspection mirrors, measuring tape, flashlight, drill bits for walls. Quantity: 1 X ________ (EA) = ______________ CLIN 0004 Orion Remote Control Option: MFR Part #: RMO-4000, Shall include a 60 foot cable (20 meters), ORION remote control software (already included in the HGO-4000), serial to USB cable, a dongle and power supply for powering the ORION using an external power source, a heavy duty tripod and bracket for mounting the ORION, and a soft carrying case. SPECIFICATIONS: Power Source: Std. 12V DC external power supply (included) Cable Length: 20 Meters (60 ft) - Industrial Data Cable Remote Control Software (already included in the HGO-4000) Quantity: 1 X ________ (EA) = ______________ CLIN 0005 OSCOR Omni Spectral Correlator: MFR Part #: OSC-5000, PC Software included SPECIFICATIONS: RF SYSTEM Receiver: Quad Conversion Super Heterodyne phase locked Spectrum Analyzer Frequency Coverage: 10kHz - 3GHz Tuning Resolution: 50Hz Sensitivity: 0.8 V typical with 15kHz bandwidth (+15dBm Max) Demodulators: AM, FM Wide, FM Narrow, FM SC, SSB/CW IF Bandwidths: 250kHz, 15kHz, 6kHz Attenuators: 0, -20dB at Active Whip, Discone, and VLF-MF input Dynamic Range: 90dB Subcarrier Tuning Range: 15-250kHz Antenna Types: Balanced Loop: 10-500kHz Active Whip: 500kHz-1500MHz Discone: 1500-3000MHz Infrared Detector: 10kHz-5MHz, 850-1070nm AC Carrier Current: 10kHz-5MHz (balanced across power line) AUDIO SYSTEM Frequency Response: 50Hz-15kHz Voiceband Filter: 300-3000Hz; 18dB/octave roll off AGC Dynamic Range: 60dB Output Power: 3W at 4O Headphone Output: 0-2V rms Remote Contact: Normally open (200mA/32V max) Balanced Auxiliary Input: 0.5V rms nominal @ 600O Reference Audio Input: 1mV-1V rms @ 3.9kO Sonic Correlator: 50Hz-15kHz (frequency independent) Audio Alarm: 3-level programmable 2-tone ringer Squelch: Automatic digital or manual control over full display range Headphones: Low acoustic leakage, 16O output limited to 105dBA VIDEO SYSTEM IF Bandwidth: 10MHz Independent Control of Formats Protocols: NTSC, PAL, SECAM Demodulators: AM or FM Synchronization Pulse: + or - SYSTEM INTERFACE Backlit Display: 128 x 256 Segment Graphics Supertwist LCD Built-in Printer: 192 dot graphics on 2-inch-wide thermal paper Rotary Tuning Dial: 128 Pulse/Rev with variable count ratio USB Interface to PC Removable Program Key for firmware updates POWER SYSTEM AC Input: 105-130VAC/210-260VAC, 50-60Hz, 24W External DC Input: 12-18VDC, 1A max Internal Battery: 12V, 2.9Ah 3-hour operation per charge typical MECHANICAL Size (HxWxD): 6.25 in x 18.5 in x 14.5 in (15.9 cm x 47 cm x 36.8 cm) Weight: 29 lbs (13.2 kg) Quantity: 1 X ________ (EA) = ______________ CLIN 0006 OSCOR IF Output/ Baseband Output Package: MFR Part #: OIB-5000, Intermediate Frequency Output provides an IF output of 10.7 MHz Quantity: 1 X ________ (EA) = ______________ CLIN 0007 Microwave Down Converter: MFR Part #: MDC-2100, view of frequency spectrum from 3 to 21 GHz SPECIFICATIONS: Frequency Range: 3-21GHz Conversion Output Frequency: 5MHz to 3005MHz Modes of Operation and Frequency Ranges: Band 1: 3-9GHz Band 2: 9-15GHz Band 3: 15-21GHz All Band: 3-21GHz Antenna Gain: Band 1: 6.1dB Band 2: 5.3dB Band 3: 8.4dB MDS - Minimum Detectable Signal includes receiver sensitivity, antenna gain, and filtering losses: Band 1: -122.1 dBm Band 2: -122.3 dBm Band 3: -124.4 dBm Input Power: 200 milliamps at 12 volts Weight: 1.1 lb. (.5 Kg) Dim: 11.4 in. (29 cm) x 3.1 in. (8 cm) x 1.4 in (3.5 cm) Tripod: Weight:.77 lb. (.35 Kg) Dim: 8.75 in. (22.2 cm) x 2.5 in. (6.4 cm) x 1.5 in. (3.8 cm) Usage Height: 5.5 in. (14 cm) Quantity: 1 X ________ (EA) = ______________ CLIN 0008 Log Active Antenna: MFR Part #: LAA-1530, high gain active antenna designed to increase the receiving range for signals between 1.5 and 3.0 GHz, built-in pre-amp and high-pass filter SPECIFICATIONS: Built-in Pre-amp provides 20 dB of gain. High Gain Antenna provides 6 dB of gain. Highpass filter reduces interference. Threaded mounting hole for installation. Battery (5 hr/9 Volt) or AC power adapter. Quantity: 1 X ________ (EA) = ______________ CLIN 0009 Carrier Current Probe: MFR Part #: CCP-700,.09-150 MHz, american plug Quantity: 1 X ________ (EA) = ______________ CLIN 0010 Shipping: to ship all equipment bought that is used for training courses from the contractor's training facility to Fort Carson, CO Delivery Address: DOL - CENTRAL RECEIVING POINT SUPPLY DIVISION WICKERSHAM & CHILES - BLDG. 330 FORT CARSON, CO 80913 Quantity: 1 X ________ (EA) = ______________ TECHNICAL SURVEILANCE COUNTERMEASURES TRAINING & EQUIPMENT STATEMENT OF WORK C.1. Description of Services. C.1.1. Scope of Work: The Contractor shall provide all qualified labor and supervision necessary to conduct the two training courses of four (4) and five (5) days. The Instructor Training shall be provided for 4 students on Technical Surveillance Countermeasures (TSCM). C.1.2. Course Description: Technical Security Equipment Course: This four (4) day course introduces and familiarizes the technical security specialist with various TSCM equipment operation and capabilities, and basic TSCM security sweep procedures. Course topics include: " Purpose, use, and methodology of various types of TSCM equipment. " Overview of technical threats. " Classroom equipment training and hands-on exercises on the operation of the CPM-700 Broadband RF Receiver, ORION Non-Linear Junction Detector (NLJD), and the OSCOR Omni Spectral Correlator (Spectrum Analyzer). " Complex transmitters and their detection. " TSCM equipment exercises in live project rooms. All course concepts are reinforced with hands-on practical exercises. Technical Security Countermeasures: This five (5) day course focuses on procedures to conduct a technical security investigation, and includes exercises with various threat levels. This course will enhance the skills of the technical security specialist. Course topics include: " History & legal issues of TSCM investigations. " Technical threat overview including the characteristics and detection of sophisticated threats such as digital, spread spectrum, frequency hopping, and burst/packet transmitters. " Physical search procedures. " Basic line testing procedures. " RF trace analysis and RF mapping. " Advanced equipment procedures. " TSCM exercises in live project rooms. All course concepts are reinforced with hands-on practical exercises. C.1.2.1. Course Outline: The following are the minimum terminal learning objectives TLOs (and brief description) required for inclusion in the TSCM Course program of instruction (POI) needed to satisfy the Governments training requirement. At the completion of the course, each student (successfully completing the training) shall have been taught the requisite skills indicated. The POI shall allow the unit to use its organic individual exercises/facilities. The contractor shall provide all instruction, equipment and student handouts. A. All students will be evaluated upon completion of each training objective to ensure proficiency in each training event. B. Basic facility (dwelling, opcen etc.) concerns C. Acoustic / microphone threats D. RF and microwave threats E. Laser threats F. Infrared threats G. Carrier current threats H. Physical search procedures I. Electronic search procedures J. Use of detection equipment K. Legal issues and concerns L. Other technical security topics C.1.2.2. After Action Review (AAR): The contractor shall provide students a method of providing feedback or course evaluation at the completion of training. A copy of these AAR's shall be made available to the Contracting Officer upon request. C.1.3. Certifications: The contractor shall possess all federal, state and local licenses, registrations, insurances, permits, and certifications required by law for perform and upon Contracting Officers request. Contractor shall be required to have a current active secret Clearance. Also, the instructor shall have experience in the TSCM field C.1.4. Period of Performance: The contractor shall conduct Training iterations of two periods. The first of which shall be 4 days in length (32 hours); and the second period being 5 days in length (40 hours) the training periods to be run consecutively, as part of a package training event. The TSCM Course dates shall be conducted within the period of 5 May 2009 through 15 May 2009. Training will be conducted from approximately 9:00 AM to 5:00 PM daily or as necessary to meet training objectives. C.1.5. Location of Training: Training shall be conducted at the contractors facilities. C.1.6. Government Furnished Equipment: The Government shall ensure each student attendee is provided with the following upon reporting to training: * Round trip Transportation for student(s) * Rental vehicle(s) * Lodging * Per Diem C.1.7. Contractor Supplies Equipment: The equipment used for training shall be purchased by the unit to be used in conjunction with the training services. Both the training and equipment shall be purchased from only one contractor. C.1.8. Shipping of Equipment: Once training has been completed it is the contractors responsibility to ship all equipment bought for use in the training back to Fort Carson, CO. C.2. General Information C.2.1. Conflicts of Interest: The Contractor shall not hire for this contract, any person whose employment would result in a conflict of interest, or employment, which is prohibited by the DoD Joint Ethics Regulation (JER), 5500.7-R, dated August 30, 1993. C.2.2. Restricted Personnel: The Contractor shall not employ persons for work on this contract if such employee is considered by the Contractor or designated representative to be a potential threat to the health, safety, security, general well being or operational mission FAR and DFARS Provisions and Clauses: The following provisions and clauses are applicable to this purchase order and may be viewed at http://farsite.hill.af.mil/. Provisions: 52.211-6 Brand Name or Equal, 52.212-1 (Instructions to Offerors- Commercial Items), 52.212-2 (Evaluation - Commercial Items), 52.212-3 (Offeror Representations and Certifications - Commercial Items), 52.233-2 (Service of Protest) Clauses: 52.204-7 (Central Contractor Registration), 52.212-4 (Contract Terms and Conditions - Commercial Items), 52.212-5 (Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items), 52.219-6 (Notice of Total Small Business Set Aside), 52.219-28 (Small Business Representation), 52.222-3 (Convict Labor), 52.222-21 (Prohibition of segregated facilities), 52.222-26 (Equal Opportunity), 52.222-36 (Affirmative Action for Workers with Disabilities), 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33 (Payment by Electronic Funds Transfer - Central Contractor Registration), 52.252-2 (Clauses Incorporated by Reference), 252.201-7000 (Contracting Officers Representative), 252.204-7004 Alternate A (Central Contractor Registration), 252.211-7003 Alt I (Item Identification and Valuation), 252.212-7001 (Contract Terms and Conditions required to implement statues or executive orders), 252.225-7001 (Buy American Act and Balance of Payments), 252.225-7002 (Qualifying Country Sources as Subcontractors), 252.232-7003 (Electronic Submission of Payment Requests) The Government will award a purchase order resulting from this solicitation to the responsible offeror whose technically acceptable offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: price and past performance. The item offered must meet the minimum specifications listed in the CLIN descriptions. To be eligible for an award, contractor must be registered in the Central Contractor Registration (CCR) database. A contractor can contact the CCR by calling 1-888-227-2423 or e-mail at http://www.ccr.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted through Wide Area Work Flow. Register at https://wawf.ef.mil/index.html. Questions concerning this solicitation shall be addressed to Hannah Montoya, Contract Specialist, and e-mailed to hannah.montoya@us.army.mil. All questions or inquires must be submitted in writing no later than 10:00 a.m. Mountain Time on 17 April 2009. No phone calls will be accepted. Any modifications to the solicitation will be posted on the Federal Business Opportunities website. All responses must be received by 12:00 p.m. Mountain Time on 21 April 2009. Quotes may be faxed to (719) 526-5333 attn: Hannah Montoya, or e-mailed to hannah.montoya@us.army.mil. An official authorized to bind your company must sign the quote. All quotes shall reference and acknowledge all modifications posted to this solicitation, if applicable. If the contractor is quoting items other than the brand name and model requested, the contractor shall provide the manufacturers name, model number and detailed specifications of the items in their quote.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=9cb80a5adcb2ce382abb87cb2db48c69&tab=core&_cview=1)
 
Place of Performance
Address: MICC, Fort Carson Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor Fort Carson CO<br />
Zip Code: 80913-5198<br />
 
Record
SN01793964-W 20090417/090415224458-9cb80a5adcb2ce382abb87cb2db48c69 (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.