Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 5, 2001 PSA #2886
SOLICITATIONS

58 -- UPGRADE OF EXTREMELY LOW FREQUENCY (ELF) TRANSMITTER SYSTEM

Notice Date
July 2, 2001
Contracting Office
Space and Naval Warfare Systems Command, 4301 Pacific Highway, San Diego, CA 92110-3127
ZIP Code
92110-3127
Solicitation Number
N00039-01-C-3214
Response Due
August 17, 2001
Point of Contact
Robert R. De Visser, devisser@spawar.navy.mil (858) 537-0421
E-Mail Address
Contract Specialist (devisser@spawar.navy.mil)
Description
Space and Naval Warfare Systems Command, San Diego, California is conducting market research to locate qualified sources for modifying/upgrading the Extremely Low Frequency (ELF) transmitter systems located at Naval Radio Transmitter Facility (NRTF) Clam Lake, WI and NRTF Republic, MI. Accordingly, industry is invited to submit information that SPAWAR will carefully consider in developing its procurement plan to obtain such services. Each transmitter site includes four 660 kW Solid-State Power Amplifiers to convert the 3-phase, 60 Hz, 4160 VAC input power into high-powered, single phase, modulated ELF output signals in response to timing pulses from the low-level keying equipment. These output signals drive the antenna systems through high-powered matching and tuning networks. Both antenna systems consist of horizontal wire supported by insulators from standard wooden utility poles. The NRTF Clam Lake antenna system consists of two horizontal antenna lines each 14 miles long. The NRTF Republic antenna system consists of three horizontal antenna lines of approximately 13, 15, and 28 miles in length. Each site also includes control and monitoring systems (including both discrete logic/hardware and Personal Computers), forced-air equipment cooling systems, and physical plant equipment consisting of electrical distribution switchgear, HVAC systems, backup generators, and uninterruptible power supplies. This equipment is classified up to the SECRET level. Potential areas of modification/upgrade include: (1) redesign/replacement of control system for Solid-state Power Amplifier, (2) complete overhaul and refurbishment of Solid-state Power Amplifier equipment; (3) providing test fixtures for Solid-State Power Amplifier modules (4) replacement of AN/UYK-20 based control system using CMS/2 based software with modern Personal Computers and Visual Basic, FORTRAN, C, or C++; (5) inter-site connectivity upgrade including addition of remotely operated patch panels; (6) monitoring of physical plant systems including prime power, Uninterruptible Power Supplies, and HVAC; (7) various mechanical systems including improving maintenance access, repairing cabinet doors, hardware, and interlocks, and relocation of control switches and indicators: (8) personnel and equipment safety system improvements including electrical interlock switches and captive-key systems; (9) improved transient protection for antenna and tuning network components; (10) improved detection of antenna faults; (11) addition of arc detection in matching and tuning networks; (12) updates to station documentation and technical manuals to incorporate above changes as well as prior modifications into a consolidated package in electronic format. Any solicitation, which does develop, may require potential bidders to posses security clearances up to the SECRET level. This request is to identify potential sources for all or part of the potential modification efforts. Interested firms are invited to submit informational brochures, descriptive brochures, technical data, or other materials indicating area(s) of interest, capability, expertise, or past experience. Interested parties must indicate whether they are a large business, small business, woman owned small business, hubzone business, small disadvantaged business, or 8(a). In order to be considered a small business for the purposes of this announcement, a business must meet the small business size standard as defined by FAR 19.1 and NAIC Code 334220. Generally, the small business size standard for NAICS code 334220 is 750 employees; industry is cautioned, however, to also review FAR 19.1 for additional criteria regarding small business size standards. The FAR is available at http://www.deskbook.osd.mil This is not an RFP, a promise to issue an RFP, nor will the government pay for information received in response to this RFI. Acknowledgment of receipt of information will not be made nor will telephone inquires be honored. Responses to this RFI are to be e-mailed to devisser@spawar.navy.mil for receipt no later than 1600 PDT on 17 August 2001 and reference this notice. Responses shall be in MS Office 98 format or greater and include the name, telephone number, mailing address, and e-mail address of the responder's designated Point of Contact. All other correspondence shall be sent to: SPAWAR HQ, Contracts Directorate Code: 02-23K; 4301 Pacific Highway; San Diego, CA 92110-3127; Attn: Robert De Visser. Submissions received after 10 August 2001 will be reviewed but may not be considered in the creation of a solicitation or contract planning. Proprietary information submitted by offerors should be marked as such. The Government will not disclose identified information to sources outside of the Government. This notice is also posted on the SPAWAR Business Opportunities Page under "Market Research." Failure to respond to this RFI does not preclude participation in any future competition should SPAWAR's procurement plan result in a decision to compete this requirement.
Web Link
SPAWAR Business Opportunities Page (http://www.e-commerce.spawar.navy.mil)
Record
Loren Data Corp. 20010705/58SOL006.HTM (W-183 SN50Q732)

58 - Communication, Detection and Coherent Radiation Equipment Index  |  Issue Index |
Created on July 3, 2001 by Loren Data Corp. -- info@ld.com