Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2012 FBO #3933
MODIFICATION

58 -- (EFIT&P) UHF SATCOM Re-Radiation Systems - Questions & Answers #2

Notice Date
8/29/2012
 
Notice Type
Modification/Amendment
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Global Strike Command, 509 CONS, 727 Second Street, Ste 124A, Whiteman AFB, Missouri, 65305, United States
 
ZIP Code
65305
 
Solicitation Number
FA4625-12-R-0014
 
Response Due
9/11/2012 1:00:00 PM
 
Point of Contact
Kristy Svendsen, Phone: 660-687-5395, Jessica Simon, Phone: (660) 687-5466
 
E-Mail Address
509cons.sollgcb@whiteman.af.mil, 509cons.sollgcb@whiteman.af.mil
(509cons.sollgcb@whiteman.af.mil, 509cons.sollgcb@whiteman.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Questions & Answers #2 AMENDMENT 2: Attaches Vendor Questions & Answers #2 AMENDMENT 1: Attaches Vendor Questions & Answers #1 The Government intends to solicit and procure services for (EFIT&P) UHF SATCOM re-radiation systems in fourteen (14) B-2 hangars. The objective of this procurement effort is to allow B-2 aircraft to communicate via unaltered aircraft UHF SATCOM configurations while inside of a hangar. Design system will repeat and allow connection of B-2 UHF MILSTAR, Harris PRC-117F/G HPW, PRC-234 UHF VSAT and MIL-STD-181 communications through UHF satellite systems while inside the hangar. Bid Schedule: CLIN 0001: Test Report - Qty 1 CLIN 0002: First Article - Qty 1 CLIN 1001: Re-Radiation System - Qty 1 CLIN 2001: Re-Radiation System - Qty 1 CLIN 3001: Re-Radiation System - Qty 1 CLIN 4001: Re-Radiation System - Qty 1 CLIN 5001: Re-Radiation System - Qty 1 CLIN 6001: Re-Radiation System - Qty 1 CLIN 7001: Re-Radiation System - Qty 1 CLIN 8001: Re-Radiation System - Qty 1 CLIN 9001: Re-Radiation System - Qty 1 CLIN 10001: Re-Radiation System - Qty 1 CLIN 11001: Re-Radiation System - Qty 1 CLIN 12001: Re-Radiation System - Qty 1 CLIN 13001: Re-Radiation System - Qty 1 **Note: Each System is set as its own option, if after approved first article is complete, systems can be simultaneously installed, more than one option can be exercised at a time.** All contractors submitting a proposal are highly encouraged to attend the site visit, only one site visit will be held. All contractors attending the site visit, if bringing any equipment, must supply the following information by 6 Aug 2012, 2:00pm CST: 1. A system description including model number, serial number and brand for each electronic item they will bring into the hangar (on the flight line). Project essential electronic equipment ONLY. No electronic equipment other than that listed, by serial number, will be permitted on the flight-line. 2. All planned transmission activity specifically listed including purpose, equipment used, frequencies, approximate durations, power levels, other signal information as appropriate, etc. 3. All planned electronic receive activity must be disclosed including purpose, frequencies, types of data measured, duration, etc. 4. The contractors will be required to provide the Govt. with a copy of all measurement data collected and stored. This information will be protected and not shared with other contractors. This will be provided during the trip immediately after the collection/measurement. Request a description of how they will accomplish this (i.e. dump data onto a recordable CD, provide photo-copies of written notes on data measurements, etc). A site visit will be held on 14 Aug 2011 @ 9:00 AM. Prospective offerors will meet Kristy Svendsen at the Whiteman AFB Visitors Center by 8:45 AM the day of the site visit for issuance of a temporary base pass. In addition to the equipment information needed by 6 Aug 2012, any prospective offeror that will attend the site visit, shall RSVP to Kristy Svendsen via email by 30 July 2012 with their Full Name, Social Security Number and Date of Birth. This information is needed for access to the secure area. The contractor shall develop first article acceptance test procedures and validate associated test equipment to be used to qualify the initial re-radiation system. The Government will approve first article acceptance test procedures and associated test equipment prior to first article testing. The associated test Report is due three months from the date of contract award. The First Article is due six months after acceptance of the Test Report. The contractor shall develop abbreviated acceptance test procedures to be used for each re-radiation system. Both the first article and subsequent systems will require screening and testing of the equipment while in an operational configuration. 1. It is anticipated that the effort will be awarded under a small business set aside. 2. Anticipated Source Selection Procedures: Lowest Price Technically Acceptable 3. All responsive offerors, if timely received, will be considered by the agency 4. Anticipated Contract Type: Firm Fixed Price (FFP) 5. The solicitation will result in one award of a Firm Fixed Priced contract. 6. The North American Industry Classification System (NAICS) code is 334220 7. The small business size standard is 750 employees. 8. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). 9. All prospective offerors interested in submitting a proposal must have a commercial and government entity code (CAGE Code). 10. The delivery date will be 3 months ARO for the test report, 6 months after acceptance of the test report for delivery of the First Article. Each of the thirteen remaining systems subsequent to the approved first article will be 30 days each. 11. Delivery: Whiteman AFB, MO. 12. The Government anticipates releasing the formal Request for Proposal (RFP) on or after 3 August 2012 under solicitation number FA4625-12-R-0014. Once posted it is the interested parties' responsibility to review this site frequently for any updates/amendments to any and all documents. 13. Paper copies will not be made available. 14. Estimated Award Date: Sep 2012 15. Nothing in this pre-solicitation announcement shall qualify the RFP. The RFP will contain current information regarding competition, set-aside, source selection technique, evaluation factors, etc. Any change to the RFP will be by amendment. 16. Point of Contact: 509 CONS/LGCB Kristy J. Svendsen 727 2nd Street Suite 124A Whiteman AFB, MO 65305-5344 Ph: 660-687-5395/Fax: 660-687-5462
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2cd13ae2660083a6ff9d0b0a95a2ec27)
 
Record
SN02860176-W 20120831/120829235648-2cd13ae2660083a6ff9d0b0a95a2ec27 (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.