Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 29, 2004 FBO #0976
SOLICITATION NOTICE

51 -- 1.5M Satellite Dishes and C-Band Upgrades

Notice Date
7/27/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
P.O. Box 190022, North Charleston SC 29419-9022
 
ZIP Code
29419-9022
 
Solicitation Number
N65236-04-R-0121
 
Response Due
8/3/2004
 
Archive Date
9/2/2004
 
Point of Contact
Point of Contact - Adreina Bennett, Contract Specialist, 843-218-5958; Lisa Rosenbaum, Contracting Officer, 843-218-5982
 
E-Mail Address
Email your questions to Contract Specialist
(adreina.bennett@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
51-Satellite Telecommunications Contact: Adreina F. Bennett, Code 0217AB, Telephone (843) 218-5958; Fax (843) 218-4762; Contracting Officer, Lisa L. Rosenbaum, Telephone (843) 218-5982; Fax (843) 218-5963 Space and Naval Warfare Systems Center (SPAWARSYSCEN) Charleston, intends to issue a Request for Proposal for two (2) each 1.5M Satellite Dishes and two (2) each C-Band Upgrade portable, compact self-contained, suitcases based Extended Ku Band Satellite communication terminals, designated as the Compact Broadband Receiver Antenna (CoBRA). The satellite communication terminals must comply to the following specifications: ESOG 120 ? EUTELSAT Systems Operations Guide ? Earth Station Type Approval; IEC 60060 ? International Electrotechnical Commission High-voltage Test Techniques: IEC 60068 ? International Electrotechnical Commission Basic Environmental Testing Procedures; IESS-308 ? INTELSAT Earth Station Standards, Standard C and E Antenna and Wideband RF Performance. Characteristics of KU-Earth Stations Accessing the INTELSAT Space Segment for Standard Services; IESS-308 ? INTELSAT Earth Station Standards, Performance Characteristics for Intermediate Data Rate IDR) Carriers; IESS-309- INTELSAT Earth Station Standards, QPSK/FDMA Performance Characteristics for INTELSAT Business Services; IESS-601 ? INTELSAT Earth Station Standards ? Standard G ? Performance Characteristics for Earth Stations Accessing the INTELSAT Space Segment not covered by other Earth Station Standards; FCC ? OET Bulletin 65: Evaluating Compliance with FCC Guidelines for Human Exposure to Radiofrequency Electromagnetic Fields; and MIL-STD-188-164 - Interoperability and Performance Standards for C-band, X-band, and KU-band SHF Satellite Communications Earth Terminals; MIL-STD-188-165 ? Interoperability and Performance Standards for SHF Satellite Communications Modems (FDMA Operation); and MIL-STD-810 ? Environmental Test Methods and Engineering Guidelines. The satellite antenna must conform to the following physical characteristics: (1) The satellite communications terminal shall be no larger than 70 cubic feet when stowed for transportation. Multiple cases will be accepted provided that the oversize meets the before mentioned size requirement; (2) the unit containing all functional components (including external power supply) shall weigh less than 750 lbs: and (3) the following components must be fully integrated and transportable within six suitcases. The components are as follows: (1) The fully motorized antenna dish for positioning; (2) Antenna control including tracking and monitoring sub-systems, both of which meet all applicable DISA X-Band specifications and have been certified by DISA; (3) KU, C and X-band feed assembly with LNA or LNB(s); (4) Ku, C and X-band transceiver assembly; (5) Ku and C-Band LNB's; (6) Tri-Band (Ku, C, X) TWTA; (7) 70 MHz or L-Band compatible Modem; (8) AC and DC power cables; and (9) the Universal Power Supply. The procurement will be issued as a competitive requirement. The government anticipates the award of a Firm Fixed Price Commercial type contract in accordance with FAR Part 13.5. The North American Industry Classification System (NAICS) code for this action is 513340 with a size standard of 750 employees. The RFP will be transmitted via the Internet on the World Wide Web (www). The RFP/Solicitation will only be available by www access through the SPAWAR Public access on line Contract Information System. The Uniform Resources Locator (URL) address is http://e-commerce.spawar.navy.mil. Once the solicitation is posted, it is incumbent upon all interested parties to review this site frequently for update/amendments to any and all documents. All responsible sources may submit a proposal in response to the solicitation. Prospective offerors are required to supply the name and address of their company; a point of contact name; e-mail address; and telephone number with their proposal. On-line RFP's will be available 24 hours a day, seven days a week. No paper copies will be issued. No telephone inquires for this RFP will be honored. It is the responsibility of the recipient of this solicitation to insure that it and subsequent amendments have been received from the Internet in their entirety. SPAWAR System Center Charleston bears no responsibility for data errors resulting from transmission or the conversion process. It is anticipated that the solicitation will be available by 30 July 2004 on the SPAWARSYSCEN Charleston RFP web page address listed below. Questions/comments are to be directed to Ms. Adreina F. Bennett at telephone (843) 218-5958 or fax (943) 218-4762, or e-mail address adreina.bennett@navy.mil .
 
Web Link
Click on this link to access the SPAWAR Solicitation Page
(https://e-commerce.spawar.navy.mil/Command/02/ACQ/navhome.nsf/homepage?readform&db=navbusopor.nsf&whichdoc=1883A69D26A3EE3D88256EDE00714015&editflag=0)
 
Record
SN00631530-W 20040729/040727212656 (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  © 1994-2020, Loren Data Corp.