|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 23,1996 PSA#1706DOC/National Oceanic and Atmospheric Administration (NOAA), National
Environmental Satellite and Data Information Service (NESDIS),
Integrated Program Office (IPO), 8455 Colesville Road, Suite 14500,
E/IP, Silver Spring, MD 59 -- FAIRBANKS POLAR SATELLITE TT&C ANTENNA SOL 52-SPNA-7-00003 DUE
111496 POC Mr. Jay W. Moore, Contracting Officer, 301-427-2126,
extension 112 This is a solicitation for information or planning
purposes, in accordance with the FAR Clause 52.215-3. All interested
and responsible offerors which are capable of meeting the delivery and
schedule requirements for the commercial items described hereunder are
encouraged to submit firm technical and priced proposals in response to
this solicitation. These offers will enable the Government to select
the most qualified offeror for a potential subsequent award whose
proposal represents the best overall value to the Government, price and
other factors considered. A subsequent notice of the existence of a
bona fide requirement will appear in this CBD prior to making the final
selection. The offeror's proposal for this advertisement may be
modified as abest and final offer in response to the subsequent notice
in the CBD, if notice of a bona fide need appears. This solicitation
is being conducted in accordance with Public Law 103-355, and the
information below is expressed as a statement of need for a commercial
item and its associated commercial services, as outlined in FAR
12.202. The specifications describing the required commercial items are
set forth through the process described in FAR subpart 11.2. The
Government further intends to use streamlined procedures, if an award
decision is made, IAW FAR 12.603, through an SF 1449. AVAILABILITY OF
SPECIFICATIONS, PLANS,DRAWINGS, AND OTHER TECHNICAL DATA. It is
impractical to distribute the applicable performance specifications
with the solicitation. These documents may be examined at the
originating office, by notifying the POC, or obtained by sending an
electronic mail request using the appropriate internet protocol to the
following address: jmoore@ipo.noaa.gov with a reference to ''Fairbanks
POLAR Satellite Tracking, Telemetry and Control Antenna''. The
Government'specifications will be attached to the e-mail response to
the requester. In order to be valid, therequest shall be accompanied by
full contact information: e-mail address, postage address,telephone
number, company represented, and name of requester. This notice lists
many salientperformance characteristics of the requirement which will
enable offerors to submit anunqualified bid; however, offerors are
strongly recommended to request a copy of theperformance specification
package, which describes characteristics of the siting environment
andprovides the pricing Schedule. Potential offerors are advised that
any variances orinconsistencies between this advertisement and the
specification package shall be reconciled infavor of the content set
forth in the specification package. This specification concerns
apotential initial requirement for: an L-/S-band (with potential future
upgrade of an X-band),dual-feed antenna TT&C and data reception system
for the NOAA Fairbanks, Alaska Commandand Data Acquisition (FCDA)
Station, REQUIRED FOR INSTALLATION in CY 1997. TheGovernment shall
furnish to the antenna system commercial vendor: suitable antenna pad;
siteand facility power; facility heating, cooling, water, and floor
space; paved road and access toantenna site. Antenna subsystem
characteristics: polarization (transmit): selectableRHCP/LHCP.
Polarization (receive): simultaneous RHCP/LHCP/linear over 360 degrees.
Tracking modes: manual, autotrack, program track, and scan. Other
Tracking capabilities: spacevehicles tracked from 0-360 degrees in
azimuth; 0-90 degrees in elevation; and from 600-6000kilometers.
Suggested keyhole elimination by use of proven wedge on tilted axis
arrangement orother proven techniques. Tracking parameters: acquire and
track in azimuth and elevation. RFcoverage will support current DMSP,
and future DMSP and NOAA polar satellites, operatingL/S-band uplink
1.75-1.85 GHz and 2.0-2.2 GHz, SGLS and GSTDN (USB); and
downlink1.67-1.71GHz and 2.2-2.4GHz, SGLS and GSTDN, and X-band 7-9
GHz. Reflector tolerance toaccommodate up to 9 GHz, with loss NOT ) 0.5
dB due to roughness. The vendor shall ensureenvironmental protection
for round-the-clock, year-round operations of antenna & subsystems,and
address availability and pricing for installation of radome. Command
formats: SGLS andGSTDN with ternary rates to 10Kbps (min.). Base band
in FSK/AM signal format. Telemetryreception: five S-band streams.
X-band demodulation may require other formats for futureoperations and
use of COTS software configurable demodulators is desirable. Control:
manual,local automated, and remote automated. High-density cassette,
multiple-loader, data recording:7-channel, 5 digital and 2 analog,
expandable by 100%; instant-on separate tape channels; rates:20Mbps
(max.), 3 Mbps (typical). Describe interface of signal to station, and
routing. Discussoperations and maint., redundant equipment. Require:
systems design pkge., ASRR, ASDR,IRR, 1-3 TIMs; Install. Plan; Test
Plan; Maintenance Plan, including O&M MaintenanceDocumentation;
Equipment List; Spares List; List of Test Equipment; Long-lead-item
list; Warranty Terms; 3 References for similar acquisition. Product
conformance, schedulecompliance, reliability, maintainability, and
price for all items constitute selection criteria. TheGOVT reserves the
right to inspect these commercial items at the offerors' facilities, or
at anoperational site. Existing product literature may not be
sufficient to determine the acceptabilityof the commercial items.
Therefore, the Government requires unique technical proposals. It isthe
Government's intent to utilize the offeror's customary commercial
practices to the extent thatthese terms conform with the Government's
unique requirements and standard terms andconditions. In the event of
award, a fixed-price, IDIQ contract will be awarded, based primarilyon
the offeror's capability to comply with the performance requirements
and unique technical mission parameters set forth in the
specifications, for a reasonable and realistic price/unit. Pricing will
be evaluated for 1-4 units. If needed, reimbursable other direct costs
will be included for indefinite quantities of travel and
materials/supplies. ALL INTERESTED AND QUALIFIED VENDORS WILL BE
CONSIDERED. (0295) Loren Data Corp. http://www.ld.com (SYN# 0201 19961022\59-0012.SOL)
59 - Electrical and Electronic Equipment Components Index Page
|
|