Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 01, 2018 FBO #5914
SOLICITATION NOTICE

J -- S Band Lewis Scanner Repair

Notice Date
1/30/2018
 
Notice Type
Presolicitation
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W25G1V) Tobyhanna, 11 HAP ARNOLD BLVD, TOBYHANNA ARMY DEPOT, Pennsylvania, 18466-5107, United States
 
ZIP Code
18466-5107
 
Solicitation Number
W25G1V18R0008
 
Archive Date
3/1/2018
 
Point of Contact
Maureen Myrthel, Phone: 5706159535
 
E-Mail Address
Maureen.Myrthel.civ@mail.mil
(Maureen.Myrthel.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The Army Contracting Command, Aberdeen Proving Ground, Division E, Tobyhanna Branch, Tobyhanna Army Depot (TYAD), Tobyhanna, PA 18466 intends to solicit and award a contract for overhaul of the S-Band Lewis Scanner Azimuth Antenna PN: 583Z5001MC-1 and S-Band Lewis Scanner Elevation Antenna PN: 583Z5001MC-3 antenna assemblies that are part of the AN/MPS-T1(V) Threat Simulator radar system. Requirements include hardware and electrical functionality as well as mechanical repair, finishing and RF pattern testing. Each antenna assembly is comprised of five sections: A. Scanner (PN: 583Z5024MC-1): Contains a rotary joint, P/N 2176, that connects to WR284 waveguide. B. Scanner Cone (PN 583Z5014-1): Comprised of an input parallel plate waveguide section containing an input for the scanner and RF mirror located in the middle of section that directs RF energy as the scanner rotates. C. Geodesic Lens (PN 583Z5010-1): This is a parallel plate waveguide section containing a sunken curved waveguide path to enhance RF energy direction for beamforming. D. Asymmetrical Horn (PN 583Z5021-1): This is the output parallel plate waveguide section for directing RF energy onto a reflector. E. Reflector (PN 583Z5011-1): This is the final output of antenna system. The reflector is approximately 2 FT x 16 FT. The antennas operate in the 2.9 GHz to 3.1 GHz frequency range and the RF beam is electro-mechanically scanned from (-) 10 degrees to (+) 10 degrees without moving the radar system platform. Performance includes the mechanical repair and finishing of the antennas to include iridite coating and epoxy primer. When mechanical repairs and primer coatings are completed the sections shall be assembled as an antenna assembly and electrical performance verified by measuring antenna patterns. If the antenna assemblies do not initially pass electrical performance, the vendor shall make any alignments necessary for them to pass specification. The resultant contract will include two separate contract line items (CLINS) and two (2) Test and Evaluation (T&E) reports. The T&E portion of any resultant contract will be on a Firm-Fixed Price CLIN and the repairs will be on a Time and Materials CLIN. The first T&E report is for the two (2) scanner cones (PN: 583Z5001MC-1 & PN: 583Z5001MC-3). The second T&E report is for the two (2) geodesic lenses (PN 583Z5010-1), two (2) asymmetrical horns (PN 583Z5021-1) and two (2) reflectors (PN 583Z5011-1). The Government will review the first T&E report for the two (2) scanner cones and issue or not issue a notice to proceed ("NTP"). Upon completion of repairs the Government will inspect the scanner cones. Results of the Government evaluation will determine if the Government will issue or not issue a 2nd "NTP" for repair of the remaining equipment. Upon completion of repairs the proposed Antenna Pattern testing will be conducted and test results will be provided documenting the measurement of, antenna gain, beamwidth, sidelobe (To include comma lobes or shoulders), scan angle, polarization and antenna pattern(s) for the S-Band Lewis Scanner Antennas. Government Furnished Property (GFP) required for the buildup of the S-Band Lewis Scanner Antenna Assemblies will be provided and all GFP shall be returned to TYAD after completion of work. Completion and Final Acceptance of all requirements shall be no later than 240 Days after date of contract award. Deliverables are FOB Destination to Tobyhanna Army Depot, Tobyhanna, PA 18466. A site visit will be held after issuance of the solicitation. Dates of the site visit will be established in the solicitation. It is strongly recommended that prospective offerors attend the site visit prior to submitting a proposal. All proposals submitted in response to the solicitation shall require a technical proposal clearly describing the Contractor's capabilities to provide the requirements of the solicitation and PWS. In addition, recent and relevant past performance for same or similar requirements which demonstrate capability and successful performance on previous contracts similar in size and scope of this requirement performed within the past three years will be required with proposal submitted. This acquisition will be conducted in accordance with FAR Part 15 - Contracting by Negotiation. Request for Proposal (RFP) W25G1V-18-R-0008 will be issued on or about February 15, 2018 as a 100% Total Small Business Set aside In Accordance With FAR part 19.5. The NAICS is 811213 - Communication Equipment Repair and Maintenance and the Size Standard is $11.0 million dollars. The PSC is J058 - Maintenance and Repair of Communication, Detection and Coherent Radiation Equipment. Actual issue and due dates shall be as established in the solicitation. The RFP will be available on the Federal Business Opportunities (FedBizOpps) website. Vendors requesting an electronic copy may download the RFP on or after the issue date at https://www.fbo.gov/. At Keyword/Solicitation Number, type W25G1V-18-R-0008 and click 'Search'. The solicitation will be issued electronically only. No paper or disc copies will be issued. It is the responsibility of interested sources to periodically access the internet site through closing to obtain any amendments which may be issued. All amendments must be acknowledged in the proposal. Any resultant contract will be a hybrid contract, Firm Fixed-Price with Time and Materials elements. In order to be eligible for award, all prospective offerors must be registered in the System for Award Management (SAM) www.sam.gov at time of proposal submission and not show any Active Exclusions or Delinquent Federal Debt, and found to be responsible in accordance with FAR Subpart 9.1 - Responsibility of Prospective Contractors. This pre-solicitation notice is not a request for competitive proposals. Point of contact is Maureen Myrthel, Contract Specialist, e-mail: Maureen.Myrthel.civ@mail.mil, Phone 570-615-9535. This notice does not obligate the Government to award a contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a322ed4c95df14c8ffa9a0cedb6d1567)
 
Place of Performance
Address: TBD, United States
 
Record
SN04804120-W 20180201/180130231147-a322ed4c95df14c8ffa9a0cedb6d1567 (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.