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