SOLICITATION NOTICE
99 -- Polar Ground System Antenna Control Units (ACU) / antenna Digital Electronic Units (DEU) Refresh
- Notice Date
- 12/15/2016
- Notice Type
- Presolicitation
- NAICS
- 334290
— Other Communications Equipment Manufacturing
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition & Grants Office, SSMC2 11th Floor, 1325 East West Highway, Silver Spring, Maryland, 20910, United States
- ZIP Code
- 20910
- Solicitation Number
- SP-133E-17-RP-0022
- Point of Contact
- Mark Chranowski, Phone: 206-526-6739
- E-Mail Address
-
mark.chranowski@noaa.gov
(mark.chranowski@noaa.gov)
- Small Business Set-Aside
- N/A
- Description
- SYNOPSIS - SP-133E-17-RP-0022 The National Oceanic and Atmospheric Association (NOAA) seeks a contractor for the National Environmental Satellite, Data, and Information Service (NESDIS) to provide hardware technology refresh efforts associated with the Polar Ground System Antenna Control Units (ACU) / antenna Digital Electronic Units (DEU),and to provide continued technical sustainment and warranty support. Scope The required tasks provide a hardware technology refresh and development effort for the NOAA Ground System Antenna Control Units (ACU)/ Digital Electronic Units (DEU). The replacement ACUs are for the Polar Ground System 13-meter Daytron antennas at Wallops and Fairbanks Command and Data Acquisition Stations (CDAS), the 5-meter Daytron antennas at the Fairbanks CDAS and Barrow, AK station, the 14.2-meter General Dynamic antenna at the Wallops CDAS and the 5-meter Malibu antenna at the Fairbanks CDAS. a)Develop and install the ACUs for two 13-meter Daytron and one 14.2-meter General Dynamic Polar Antenna System at the Wallops CDAS. •The ACU shall replace the existing two 13-meter antenna DEUs. •The ACU shall interface with 13-meter Synchro Servo Module for motor drives. •The ACU shall interface and control the 13-meter antenna L/S and X-Band feed, down converter, tracking receivers, polarity switches, transmit load switch, Probe verify, and command verify per DEU command interface. •The ACU shall support L/S and X-Band auto track. •The ACU shall support remote control with an ASCII text interface to the Epoch LEO-T antenna control system. •The ACU shall replace the existing 14.2-meter ACU. •The ACU shall interface with the 14.2-meter antenna Synchro Servo Module for motor drives. •The ACU shall interface and control the 14.2-meter antenna L/S and X-Band feed, down converter, tracking receivers, polarity switches, transmit load switch, and verify probe. •The ACU shall support L/S and X-Band auto track. •The ACU shall support remote control with an ASCII text interface to the Epoch LEO-T antenna control system. b)Develop and install the ACU for three 13-meter Daytron Polar Antenna Systems at the Fairbanks CDAS. •The ACU shall replace the existing three 13-meter antenna DEUs. •The ACU shall interface with 13-meter Synchro Servo Module for motor drives. •The ACU shall interface and control the 13-meter antenna L/S and X-Band feed, down converter, tracking receivers, polarity switches, transmit load switch, Probe verify, and command verify per DEU command interface. •The ACU shall support L/S and X-Band auto track. •The ACU shall support remote control with an ASCII text interface to the Epoch LEO-T antenna control system. c)Develop and install the ACUs for one 5-meter Daytron and one 5-meter Malibu Polar Antenna System at the Fairbanks CDAS. •The ACU shall replace the existing 5-meter ACU. •The ACU shall interface with 5-meter Malibu Synchro Servo Module for motor drives. •The ACU shall interface and control the 5-meter antenna L/S and X-Band feed, down converter, tracking receivers, polarity switches, transmit load switch, Probe verify, and command verify. •The ACU shall support L/S and X-Band auto track. •The ACU shall support remote control with an ASCII text interface to the Epoch LEO-T antenna control system. d)Develop and install the ACU for one 5-meter Daytron Polar Antenna System at the Point Barrow, AK Station. •The ACU shall replace the existing 5-meter DEU. •The ACU shall interface with 5-meter Synchro Servo Module for motor drives. •The ACU shall interface and control the 5-meter antenna S Band feed, down converter, tracking receivers, polarity switches, transmit load switch, Probe verify, and command verify DEU command interface. •The ACU shall support S-Band auto track. •The ACU shall support remote control with an ASCII text interface to the Epoch LEO-T antenna control system. e)Perform Factory Acceptance Testing on all ACU deliverables per each antenna type ( one for 13-meter Daytron, one for 14.2-meter General Dynamic, one for 5-meter Daytron, and one for 5-meter Malibu). f)Perform Site Acceptance Testing on all ACU deliverables per each antenna. General ACU Specifications Dimensions: 19" rack mounts up to 7U height Weight: Less Than 30 lbs. (13.6 kg) Power: 90VAC to 220VAC - Less than 200W (Typical) GUI: User-friendly front panel interface for operator control HW interface: Maximum hardware expansion possibilities. Embedded tracking receivers possible. Display: Color Touch Screen Temperature: Operational: -10°C to +40°C Storage: -20°C to +65°C Supported Interfaces: Ethernet, Synchronous Serial, Asynchronous Serial, ASCII text remote control interface, Up to 6 tracking Receivers AM & AGC Inputs, Optional GPS/IRIG Interface, USB Operating System: Red Hat Enterprise Linux 7 (64-bit) latest version Key Assumptions Period of Performance: (FY17-FY22). Locations: ACU integration and testing will perform work at all three NOAA locations: Wallops, VA CDAS; Fairbanks, AK CDAS; and the NOAA Barrow, Alaska Observatory (BRW) Point Barrow, AK. ACU development and assembly work will be performed at the contractor's facility (location to be determined after award). The solicitation number is SP-133E-17-RP-0022 and will be made available for download at www.fedbizopps.gov in the January of 2017. This acquisition is solicited IAW FAR 6.1, Full and Open Competition using FAR part 15 procedures. The applicable North American Classification System (NAICS) code is 334290 with a small business size standard of 750 employees. This contract type will be Firm-Fixed Price (FFP). The solicitation will be issued electronically. It will be available only via the Federal Business Opportunities website (www.fedbizopps.gov). Potential offerors are responsible for downloading their copy of the solicitation package, as no paper copies will be furnished. No bidder mailing list will be maintained. Potential offerors should register at www.fedbizopps.gov to receive notification and changes to the solicitation. Interested contractors are encouraged to submit their contact information by registering as an interested vendor utilizing the Vendor Notification Service link within the Register to Receive Notification function. All Offerors MUST be registered in the System for Award Management (SAM) database. Offerors may obtain information on registration and annual confirmation requirements via the Internet at https://www.sam.gov. Bidders may obtain information on registration and annual confirmation requirements via the Internet at http://www.fsd.gov or by calling 1-866-606-8220. Offers will be submitted on the Standard Form 33 and must include at a minimum the items listed in the solicitation. Any questions concerning the solicitation MUST be submitted in writing (email) to the point of contact listed below. Offers must be received no later than the date listed in the solicitation (subject to change). Points of Contact for this solicitation are: Primary: Mark Chranowski - Phone: 206-526-6739, Email: mark.chranowski@noaa.gov Offers must be submitted electronically to mark.chranowski@noaa.gov on or before the proposal submission date. The Government reserves the right to cancel this solicitation, either before or after closing. ALL QUESTIONS SHOULD BE SUBMITTED IN WRITING, QUESTIONS OVER THE TELEPHONE WILL NOT BE TAKEN.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/1333/SP-133E-17-RP-0022/listing.html)
- Record
- SN04352684-W 20161217/161215234336-563bc6af4b6d0b78d9df446d8c2f7f8f (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 |