Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 2,1999 PSA#2424

USASOC, DCOFS Acquistion And Contracting, Bldg. E-2929, Room 114, Fort Bragg, NC 28310

58 -- ANTENNA SOL USZA92-99-Q-0027 DUE 091399 POC Karen Glass, Contracting Officer (910) 432-6145 17(i). This is a combined synopsis/solicitation in accordance with the format in FAR Subpart 12.6, and FAR 13.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued!! 17(ii). The solicitation number, USZA92-99-Q-0027, is issued as a Request for Quotation (RFQ). 17(iii). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-12. 17(iv) This procurement is unrestricted. All responses from responsible sources will be fully considered!! 17(v). This contract action is for one antenna, with the following specifications, height -- approx. 100 ft, direction -- 360 degrees rotatable, frequency range in MHz -- 4.0 to 30.0, Polarization -- Horizontal, Minimum forward Gain over Average Soil (dpi) -- 10 to 13.5, Front to Back Ratio (dp) -- 14, Maximum VSWR -- 2:1, Input Impedance (ohms) -- 50, Maximum Voltage Required (volts) -- 115 or 230, Maximum Installation area (acre) -- 3.5, Minimum Wind and Ice Loading (mph) -- 100 with inch of ice on elements, minimum Operating Temperature (degree) -- 40C to 70C. The antenna head should be designed for medium and long-range high frequency application. The antenna should provide high reliability coupled with maximum efficiency while exhibiting low VSWR, high effective radiated power and flexibility of use. The antenna should be mounted on a tower for fixed azimuth/path applications or mounted on a rotator where multiple azimuths could be selected. It should be a log periodic dipole array consisting of linear dipoles from 6-30 MHz and inductively taper-loaded dipoles 4-6 MHz. The antenna shall by capable of 25kW Avg./50kW PeP power. This would provide a wide margin of tolerance as well as allow for a possible future increase in radiated power. The design of the antenna should entail an array of minimum physical size, while providing high efficiency. It should be designed to withstand the rigors of extreme environmental conditions. The boom support shall be durable. The transmission line connecting the dipole elements should be composed of a unique balanced to unbalanced feedline that terminates in a standard EIA coaxial line. The antenna system will include a suitable beacon light system to provide early warning to low flying aircraft. The lighting system should be compatible with the structural and environmental tolerances of the overall package. Operability with either 115VAC or 230 VAC is acceptable. The rotator system should be designed for heavy-duty applications where medium to high rotating/braking torques and vertical loads are imposed. The rotator system should meet the following specifications, rotating torque (lbs) -- 23,700, Braking Torque (lbs) -- 60,000, Maximum Vertical Load (lbs) -- 20,000, Rotation speed -- RPM, Position Accuracy (degrees) -- 5(+/-), Drive Type -- gear and chain, Motor Horse Power -- HP, Forward/Reverse Delay (seconds) -- 5. It is necessary for the unit to be provided with a two point trunion mounting fixture and with the rotor designed to operate in a ground-mounted configuration. The rotator control unit should provide both manual and computer remote control for the rotor system. The rotator control unit should meet the following specifications, position increment (degrees) -- 10, Position Accuracy (degrees) -- 5 (+/-), Torsion Spring Deflection (degrees) -- 15 (+/-), Operating Temperature -- -40F/C to 122F/C, Forward/Reverse Delay from Remote Control (seconds) -- 5, power requirements -- 110/230 VAC, 50/60 Hz, 1 phase, Telephone Line Termination -- 600 ohm transformer, coupled, Transmit Line Level (dbm) -- -10, Receiver Line Level (dbm) -- -10 to -30, Surge Withstand Capability -- complies with ANSI, Standard C37.90A1974, Digital Readout -- LED in 10 degree increments, Control and Position Information -- 12 bit, serial frequency shift keying tones,Transmit Frequency -- Remote Control -- 1070Hz -- 1270Hz, Rotator Power Assembly -- 2025Hz -- 2225Hz, Crystal Controlled, 300 BAUD full duplex, Motor control Relay -- 1hp, UL-CSA listed, Computer Interface -- Format -- RS-232 or RS-422, Baud Rate -- 300, Parity -- Odd, l Stop Bit -1, Data Bit -- 8, Data Port -- 25 Pin, "Sub-D". It should incorporate a crystal controlled FSK modem, 1070Hz-1270Hz originate, 2025Hz-2225Hz answer, passing control and position information on standard 2 wire telephone lines or paired cable at 300 baud. In the computer control mode, the unit will act as an interface allowing a computer to control the azimuth of the antenna. It should receive commands from the computer in either the RS-232 or RS-422 format. The message between the computer and the control unit should consist of serial asynchronous data. The controller should allow the user to assign one of several user selected addresses, thus allowing one computer to control multiple antenna systems. This allows for the possibility of future expansion. In the manual control mode, the desired azimuth of the antenna could be selected by turning the manual antenna control knob. The rotator would then activate and the antenna needs to be tracked by a readout, which would provide the antenna's bearing in at least 10 degree increments. The control unit should provide selectable "shortest path continuous rotation" or north center 360 degrees rotation. Necessary hardware for tabletop or standard 19" rack mounting should be included with the package!! 17(vi). N/A!! 17(vii). N/A!! 17(viii). FAR provisions and/or clauses referenced will be furnished in full text upon receipt of written request. Solicitation Provision at FAR 52.212-1, Instructions to Offerors-Commercial Items (June 1999) is hereby incorporated by reference!! 17(ix). Solicitation Provision FAR 52.212-2, Evaluation -Commercial Items (Jan 1999) is hereby incorporated, the evaluation factors are technical, price, and past performance. The governmentwill make a determination of best value based on the evaluation factors cited!! 17(x). Contractors are reminded to submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items (Jun 1999) with their quote, if readily available. If not, the clause will be forwarded for completion prior to award!! 17(xi). Clause 52.212-4, Contract Terms and Conditions -- Commercial Items (May 1999) is hereby incorporated by reference!! 17(xii). Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 1999) is hereby incorporated by reference, as well as the following clauses cited in the clause which apply to this solicitation, 52.222-0026, Equal Opportunity (E.O. 11246), 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212), 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793), 52.222-37, Employment Reports on special Disabled Veterans and Veterans of theVietnam Era (38 U.S.C. 4212), 52.225-3, Buy American Act -- Supplies (41 U.S.C. 10)!! 17(xiii). Additionally, the following clauses are applicable to this solicitation, 252.212-7001, Contract Terms and conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, 52.204-7004, Required Central Contractor Registration!! 17(xiv). The Defense priorities and Allocations Systems (DPAS) assigned rating for this procurement is unrated!! 17(xv). NA!! 17(xvi). Questions pertaining to the solicitation must be submitted in writing and may be faxed to Karen Glass at (910) 432-9345. Signed and dated quotes referencing the RFQ number USZA92-99-Q-0027 must be submitted, no later than 4:30 p.m. 13 September 1999, to Karen Glass at USASOC, ATTN: AOCO, Fort Bragg, NC 28310. The quotes must provide sufficient detail on the proposed system to allow for the government to make a best value determination!! 17(xvii). Karen Glass is the point of contact regarding this solicitation. Posted 08/31/99 (W-SN374925). (0243)

Loren Data Corp. http://www.ld.com (SYN# 0253 19990902\58-0003.SOL)


58 - Communication, Detection and Coherent Radiation Equipment Index Page