Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 05, 2016 FBO #5187
MODIFICATION

58 -- Series 3000 Discrete Delay System - Solicitation 1

Notice Date
2/3/2016
 
Notice Type
Modification/Amendment
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Port Hueneme Division, 4363 Missile Way, Port Hueneme, California, 93043-4307
 
ZIP Code
93043-4307
 
Solicitation Number
1300502361
 
Archive Date
3/18/2016
 
Point of Contact
Benjamin Chang, Phone: 8052280497
 
E-Mail Address
benjamin.chang@navy.mil
(benjamin.chang@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Slide NOTE 1: Naval Surface Warfare Center, Port Hueneme Division intends to enter into a Firm Fixed Price contract for the requirement contained within this solicitation. 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 a small business set-aside and only qualified Offerors may submit quotes. This procurement is to include one Fiber Optic Delay Line (FODL) Test System with a Remote Optical Tower-Top Transmit Unit and a Remote Optical Tower-Top Receive Unit. This system will be integrated with existing tower mounted Radio Frequency (RF) horns that receive an RF signal transmitted by a radar system under test, introduce a signal delay, and radiate the delayed return signal back toward the radar. The procured FODL is intended to demonstrate a low cost, flexible and efficient way of measuring clutter attenuation for Navy Active Electronically Scanned Array (AESA) radars. The FODL Test System will be used for radar performance testing. Specific radar frequency bands of interest include S-Band (2-4GHz) and X-Band (8-12GHz). Compatible with a 125ft tower based test configuration, such as that which may be installed co-located pier-side with a shipboard radar system. Tower based test configuration is comprised of: 125ft Tower Structure*, a pair of short (i.e., <10ft)Tower Top Receive Horn Antennas (S-band/X-band)*, a pair of 125ft RF cables*, Optical Delay Line (ODL) Tower Base Unit, Remote Optical Tower Top Transmit Unit (includes 125ft fiber optic cable), Remote Optical Tower Top Receive Unit (includes 125ft fiber optic cable), a pair of Tower Top RF cables*, and a pair of Tower Top Transmit Horn Antennas (S-Band /X-Band)*. Note that some of these items (denoted by asterisk) are not included in the requirements specified herein since they are to be obtained separately from this procurement. The intended application requires that the FODL Test System possess excellent spectral purity (e.g., low phase noise, low spurs). Additionally, the FODL Test System requires a high degree of input/output RF signal level control to support a wide range of potential test setup configurations (i.e., tower close to the radar or far away from the radar). With the exception of the FODL Tower Base Unit, which is connected during active use, all other components are envisioned to be permanently installed in the tower based test configuration. Once installed in the tower based test configuration, the FODL Test System must be able to be reconfigured for use at S-band, X-band, or simultaneous S/X band, without the need to access the top of the tower. As such, the ODL Tower Base Unit positioned at the base of the tower must possess control capability for the various selectable features within the Remote Optical Tower Top Transmit and Receive Units. NOTE 2: All questions regarding this solicitation should be submitted in writing as soon as practicable after receipt of solicitation. Email questions to Benjamin.chang@navy.mil. Questions shall be submitted via email no later than 2:00 PM PST on the seventh (7 th ) calendar day preceding the closing date shown on page one (1) of this solicitation. NOTE 3: If you cannot meet the requested delivery date / Period of Performance (POP), replace with your availability. All line items must state unit price and extended price. Quote quantities as stated in this RFQ. Provide a summation of price for the total effort. Contractor quote format is acceptable, so long as it complies with the requirements of this solicitation. NOTE 4: Failure to provide all required information from this solicitation and any subsequent amendment(s) may deem your company to be considered non-responsive. NOTE 5: If freight charges apply, please advise the firm fixed price shipping cost to Port Hueneme, CA 93043-4711. NOTE 6 : Quotes must be submitted in portable document format (.pdf) by email to the Primary Point of Contact (POC) identified below. It is the responsibility of the offeror to submit offers to the POC at NSWC PHD by the closing date identified on page one (1) of this solicitation. NOTE 7: Bids must be good for a minimum of 45 calendar days after close of buy. Terms are Net 30. NOTE 8: To be eligible for award of a Government contract, contractors must be properly registered in the System for Award Management (SAM). The link to the website is https://www.sam.gov. NOTE 9: COMPLIANCE WITH SPECIFICATIONS In order to ensure compliance with all the specification requirements, the contractor shall indicate in its offer, and notify the Government in a cover letter, what specifications, if any the offeror does not intend to meet. The offeror shall explain, in detail, how any proposed deviation/exception will nonetheless meet the Government's functional requirements. Should descriptive literature be supplied by the offeror, it will be presumed that the offeror intends to meet all of the specifications, regardless of the descriptive literature, unless the offeror specifically notes its exceptions. It shall be the obligation of the contractor to exercise due diligence to discover and to bring to the attention of the contracting officer at the earliest possible time, in writing, any ambiguities, discrepancies, inconsistencies, or conflicts in or between the specifications and the applicable drawings or other documents incorporated by reference herein. Failure to comply with such obligation shall be deemed a waiver and release of any and all claims for extra costs or delays arising out of such ambiguities, discrepancies, inconsistencies and conflicts. NOTE 10: All changes to the requirement that occur prior to the closing date will be posted to FedBizOpps. It is the responsibility of interested vendors to monitor FedBizOpps for amendments that may be issued to this solicitation. For changes made after the closing date, only those offerors that provide a proposal will be provided any changes/amendments and considered for future discussions and/or award. NOTE 11: Award will be made to the lowest priced, technically acceptable, responsive and responsible Offeror. This is a competitive LPTA selection in which technical acceptability is considered the most important factor. By submission of its offer, the Offeror accepts all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements. All technically acceptable offers, with satisfactory past performance, shall be treated equally except for their prices. Failure to meet a requirement may result in an offer being determined technically unacceptable. Offerors must clearly identify any exception to the solicitation and conditions and provide complete accompanying rationale. The Government intends to select ONE contractor for award of this effort. NOTE 12: Government Point of Contact for this Solicitation/Request for Quote (RFQ) is: Ben Chang 805.228.0497 Benjamin.chang@navy.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N63394/1300502361/listing.html)
 
Record
SN04008706-W 20160205/160203234359-7c986120971b48788c0e117c4666a80b (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.