Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 20,1996 PSA#1725

Commander (fcp-2), Maintenance and Logistics Command Pacific, Coast Guard Island, Bldg. 10, Alameda, CA 94501-5100

36 -- PURCHASE OF FOUR (4) COMMUNICATION ANTENNAS Sol DTCG89-97-R-612300. Due 121396. Contact Jewell D. Lee at (510) 437-3006. This is a combined synopsis/solicitation for commercial items prepared in accordance with t he format in Subpart 12.6 of the Federal Acquisition Regulation, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Request For Proposal Number is DTCG89-97-R-612300 and incorporates provisions and clauses in effect through Federal Acquisition Circular 90-42. This acquisition is unrestricted under SIC Code 3663. The contract type will be firm fixed price. The scope of work will be for the manufacture and delivery of: Item 1, Two each Omni-directional spiral HF antennas with dual mode operating two transmitters simultaneously. Antenna will allow simultaneous operation of two transmitters rated at ten kilowatts average, twenty kilowatts peak. Frequency Range: 2 to 30 MHZ for each mode. Radiation Patterns: Typical azimuth radiation pattern will be omni-directional. Take off angle for high angle mode shall be 90 degrees, + or - 5 degrees. Take off angle for low angle mode shall be 45 to 50 degrees, + or - 5 degrees. Antenna Gain: 7.0 dBi Nominal Polarization: Horizontal elliptical. VSWR: 2.5:1 Maximum including any balun or coupler. Coaxial Connection: Either 1-5/8 inch EIA flange, or 3-1/8 inch EIA flange. Tower Height: Height of tower to be no greater than one hundred and thirty (130) feet. Dimensions: the maximum diameter of antenna's radiating elements, or tower guys will be less than three hundred and fifty (350) feet across. Item 2, One each Broadband Dipole Antenna, ten kilowatts average, twenty kilowatts peak. Range: 2 to 30 MHZ, Radiation Patterns: Omni-directional typical, Polarization: Horizontal, VSWR: 2.5:1 Maximum including any balun or coupler. Coaxial Connection: Either 1-5/8 inch EIA flange, or 3-1/8 inch EIA flange. Dimensions: the maximum antenna footprint, including tower guys, is limited to no more than two hundred and fifty (250) feet measured from extreme tower guy points. Building Materials: All galvanized steel hardware and components will meet ANSI G90 specifications. All bolts, washers, nuts, and lock washers will be stainless steel. Environmental Conditions: Installed antenna will withstand at least one hundred thirty (130) mile an hour winds with no ice, or fifty (50) mile an hour winds with one half inch of radial ice. Antenna will be constructed to meet seismic zone four (4) requirements. Assuming 2500 psf ground capacity, manufacturer will provide pre-engineering drawings of footing and construction dimensions and criteria. NOTE: Environmental Conditions apply to Items 1 and 2. Item 3, One each Omni-directional spiral HF antenna with Rotatable Log Periodic Antenna (RLPA), Number of Ports: Five. Antenna will allow simultaneous receive operation on all five antenna ports. Frequency Range: At least two antenna ports will have a bandpass of 2 to 30 mhz. RLPA port will have a bandpass of 6.5 to 30 mhz. Radiation Patterns: Typical azimuth radiation pattern will be omni-directional. Take off angle for high angle ports shall be 90 degrees, + or - 5 degrees. Take off angle for low angle ports shall be 45 to 50 degrees, + or - 5 degrees. Antenna Gain: 7.0 dBi Nominal, Polarization: five (5) ports consisting of; two (2) elliptical (2-30 MHz), one (1) horizontal (RLPA), one (1) horizontal, one (1) vertical. VSWR: Approximately 2.5:1 including any balun or coupler. Coaxial Connection: Either 1-5/8 inch EIA flange, or ``N'' type coaxial connector. Tower Height: Height of tower to be no greater than sixty feet. Dimensions: the maximum diameter of antenna's radiating elements, or tower guys shall be less than fifty (50) feet across. Environmental Conditions: Installed antenna shall withstand one hundred (100) mile an hour winds with no ice, or fifty (50) mile an hour winds with one quarter inch of radial ice. Antenna will be constructed to meet seismic zone four (4) requirements. Assuming 2500 psf ground capacity, manufacturer will provide pre-engineering drawings of footing and construction dimensions and criteria. NOTE: The Building Material Requirement applies to Items 1, 2 and 3. Item 4, Cable: Coaxial Transmission Line, 3,000 ft (3 spools X 1000ft/spool). One and five eighths (1-5/8) inch coaxial cable. Dielectric Material: Air. Power Rating: 25 Kilo Watts @ 30 Mhz. Impedance: Fifty (50) ohms. Velocity of Propagation: No less than ninety (90) percent. Attenuation (dB/100ft): Attenuation will be less than the following: .013 @ 2 Mhz, .014 @ 4 Mhz, .016 @ 6 Mhz, .016 @ 8 Mhz, .017 @ 10 Mhz, .019 @ 12 Mhz. Cable Construction: Inner and outer conductors will be manufactured of corrugated copper that will allow for a minimum bending radius of twenty inches. The construction of the cable will allow for direct burial into the earth without the need of conduit or piping. Shipping/Delivery: The contractor shall manufacturer build, test, and ship antennas within one hundred and twenty (120) days of contract award. All shipping crates, boxes, and containers shall meet GSA Overseas Packaging requirements. These antennas shall be delivered FOB destination to: Contracting Officer, USCG Integrated Support Command, Shipping and Receiving, Bldg. 26, Kodiak, Alaska, 99619-5018, Marked for COMMSTA Kodiak. The contractor shall contact SCPO Overton, (907) 487-5744 at least twenty-four hours in advance to schedule all deliveries. The following FAR provisions applies to this acquisition: FAR 52.212-1, Instruction to Offerors--Commercial Items, FAR 52.212-2, Evaluation--Commercial Items is applicable and includes the following addendum; paragraph (a) is hereby modified to identify the following evaluation factors; 1) Conformance with technical requirements; 2) the offeror's proposed delivery schedule; 3) the offeror's past performance. In determining which proposal offers the best value to the government, overall price to the government will be comparable in importance to overall technical merit. The antenna's technical requirements will be rated as significantly more important than the offeror's proposed delivery schedule. The offeror's proposed delivery schedule will be rated as more important than the offeror's past performance and qualifications. Between substantially equal proposals, the proposed price will become the determining factor in selection for award. Between proposals with different ratings, a determination will be made as to whether the additional technical merit or benefits reflected by a higher priced proposal warrants payment of the additional price. FAR 52.212-3, Offeror Representations and Certifications--Commercial Items, All offerors are to include with their offer a completed copy of provision, FAR 52.212-3. (Copies of FAR 52.212-2 and 52.212-3 are available upon request from the Contracting Officer, FAR 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition and the following clauses cited in the clause are applicable to this acquisition; FAR 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns (15 U.S.C. 637 (d)(2) and (3)), 52.222-26, Equal Opportunity (E.O. 11246), FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212), FAR 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793), FAR 52.222-37, Employment Reports on Special Disabled Veterans of the Vietnam Era (38 U.S.C. 4212), FAR 52.225-3, Buy American Act--Trade Agreements Act--Supplies (41 U.S.C. 10), FAR 52.225-9, Buy American Act--Trade Agreements Act--Balance of Payments Program (41 U.S.C. 10, 19 U.S.C. 2501-2582), FAR 52.247-64, Preference for Privately Owned U.S. Flag Commercial Vessels (46 U.S.C. 1241). Offers are due on 12-13-96, 2:00 P.M. local time. Offers shall be mailed to: Commander, Maintenance and Logistics Command Pacific, Bldg. 10, Room 113, Coast Guard Island, Alameda, CA 94501-5100, Attn: Jewell D. Lee. Offers must provide at a minimum: (1) solicitation number (2) name, address point of contact and telephone number of the offeror; (3) terms of any expressed warranty; (4) price and discount terms; (5) ``remit to'' address if different from mailing address; (6) a complete copy of the representations & certifications; (7) a statement specifying the extent of agreement with all terms, conditions and provisions included in the solicitation; and (8) sufficient technical literature and description to allow the Contracting Officer to evaluate conformance with the technical requirements as well as evaluate the offeror's past performance qualifications and proposed delivery schedule. The short-term loan program provides working capital at the prime interest rate, for further information and applicable forms, please call (202) 366-2852. See Note #26. (323)

Loren Data Corp. http://www.ld.com (SYN# 0187 19961119\36-0001.SOL)


36 - Special Industry Machinery Index Page