Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 29, 2003 FBO #0423
MODIFICATION

40 -- RF Cables and Installation at Makaha Ridge Testbed in Kauai, Hawaii

Notice Date
1/27/2003
 
Notice Type
Modification
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441 21983 Bundy Road Unit 7, Patuxent River, MD, 20670
 
ZIP Code
20670
 
Solicitation Number
N00421-03-R-0025
 
Response Due
1/31/2003
 
Archive Date
2/15/2003
 
Point of Contact
Michelle Briscoe, Contract Specialist, Phone (301) 757-9739, Fax 301-757-0200,
 
E-Mail Address
briscoeml2@navair.navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Naval Air Warfare Center Aircraft Division (NAWCAD) Patuxent River, MD Code 4.5 has a requirement to purchase and have installed fifty-six (56) RF cables at the Makaha Ridge UHF Electronically Scanned Array (UESA) Radar Testbed in Kauai, Hawaii. The contractor shall provide materials and equipment needed to fabricate, test, and install an RF cable assembly at the Makaha Ridge Testbed. The cable assembly will consist of 56 RF cables (54 +2 spares) that will run from the UESA antenna located on the top of a 65-foot tower into the Radar Testbed equipment enclosure. See attached figure 1 and 2. On the tower, the transmission lines must interface with an RF interface panel that will be located on the tower approximately 2 feet above the tower?s top surface. See attached figures titled RF Interface ? UESA MRF Installation, page numbers 1, 3, 5, and 7. On the enclosure end, the transmission lines will enter the Radar Testbed equipment enclosure (trailer) through a wall penetration plate on the tower side of the trailer and connect to a radar electronics chassis located approximately 1 foot inside the trailer. The cables and connectors shall meet the following specifications: (1) Frequency band 400-455 MHz (2) VSWR 1.20:1max, (3) Factory phased matched +/- .025 nanoseconds (4) Cable phase stability < 10 ppmoF (5) Factory high Pot tested (6) Male 7-16 DIN connector at the enclosure end, male SC connector at the tower end (7) Approximately 120 feet (8) Average Power 3kW @450MHz (9) Cable insertion loss not to exceed .90 dB/100ft @ 450MHz (10) Operation Temperature ?40/+185 degrees F (11) Weight not to exceed .7lbs/ft (12) Cable and connectors must be weatherproof and to prevent moisture ingress (13) Cost shall also include the necessary hardware to mount cables to tower structure (14) Quantity 54 + 2 spares The contractor shall supply a report itemizing the performance for each of the 56 cables. This report will include measurement data showing cable loss, VSWR, and phase match differences. This acquisition is a 100% Small-Business Set-Aside. FAR clause 52.219-14 applies to this acquisition. The associated North American Industry Classification System (NAICS) Code is 334511, and the size standard is 750 employees. The period of performance for the order is to be five months, beginning on or about 15 January 2003. Travel and other direct costs will be under the contractor?s responsibility, including: clearance requests, hotel accommodations, travel orders, and visa/passport requirements, unless otherwise stated by the Government sponsor. The place of performance is 50% at the ONR MIDPAC technical division at the Pacific Missile Range Facility (PMRF), Kauai and 50% at the contractor facility. If work at Government provided facilities is dictated by the tasks being performed, these facilities will be provided by the ONR MIDPAC technical division at the PMRF, Bldg. 969, and the Makaha Ridge facility. The Offeror?s proposal must be divided into two sections: (1) Technical Proposal, and (2) Cost Proposal. The length of the technical proposal shall be no more than five (5) pages. There are no page limits for the cost proposal. The proposal shall be written and organized to be compatible with the company?s organization and accounting structure, and proposed costs. The technical proposal shall include the following: schedule, the Offeror?s understanding of and approach to the requirement, and the amount of proposed hours for all proposed personnel (including subcontracts). The Offeror shall explain how technical objectives, tasks and deadlines will be determined; how staff responsibilities will be assigned; whether consultants and/or subcontractors will be utilized; the nature of any other direct costs such as those required for computing, reproduction, or travel; how the quality and timeliness of work performance will be supervised and controlled; how the Offeror will coordinate with the program office, and how administrative tasks such as travel, access to Government facilities, and information/document requests will be handled. The Offeror shall include information relative to previous efforts for similar services provided in the past to include contract numbers and Government points of contact where applicable. The Offeror shall submit a cost proposal that breaks down the costs proposed; include as applicable, direct labor (with labor category, hourly rate, and hours proposed), fringe benefits, labor overhead, G&A, cost of money, travel, materials, other direct costs, other indirect costs and fee. This will be a Firm-Fixed Price contract. Offerors shall address all requirements in this combined synopsis/solicitation, and shall provide clear evidence of understanding and the ability and willingness to comply with the Government?s requirement. Failure to address a specification/requirement will be construed by the Government as inability to meet the need, or the offeror?s taking exception to it. The Government anticipates the award of one contract resulting from this combined synopsis/solicitation. Award will be made to the responsible offeror whose offer conforming to this synopsis/solicitation will offer the best value to the Government, price and other factors considered. Award will be made based on offerors? (1) technical proposal, (2) past performance on earlier tasks under similar contracts: (a) quality of deliverables and (b) cost control, and (3) proposed costs. Evaluation factors are listed in descending order of importance. The Government reserves the right to award a contract without discussions. All interested, responsible firms shall submit their quotation no later than 31 January 2003, 2:00 p.m. EST and shall reference solicitation no. N000421-03-R-0025, to Naval Air Warfare Aircraft Division, Bldg, 588 Suite 2, 47253 Whalen Road, Unit 9, Patuxent River, MD 20670-1463, ATTN: Ms. Michelle Briscoe. All vendors are to include with their proposal, a completed copy of FAR Provision 52.212-3 (Jul 2002), Offeror Representation and Certifications ? Commercial Items, which may be downloaded from http://www.arnet.gov. Any questions regarding this solicitation must be provided in writing to Ms. Michelle Briscoe. Acceptable forms of written question submission include email (BriscoeML2@navair.navy.mil), as well as postal or carrier delivery. Questions submitted after 27 January 2003 may not be answered. NOTE: Contractors must be registered in the Central Contractor Registration (CCR) database to be eligible for contract award or payment form and DOD activity. Information on registration and annual confirmation requirements may be obtained by calling 1-888-227-2423, or by accessing the CCR web site at http://www.ccr.gov.
 
Place of Performance
Address: 50% at contractor's facility, and 50% at PMRF/Makaha Ridge, Kekaha, HI 96752
 
Record
SN00247377-W 20030129/030127213424 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.