Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 08, 2006 FBO #1563
MODIFICATION

59 -- 6.1 Meter L-Band Motorized Antenna

Notice Date
3/6/2006
 
Notice Type
Modification
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC4 - Room 7601/OFA61 1305 East West Highway, 7th Floor, Silver Spring, MD, 20910
 
ZIP Code
20910
 
Solicitation Number
DG133E-06-RQ-0226
 
Response Due
3/10/2006
 
Archive Date
3/25/2006
 
Description
This is Amendment No. 1 to a combined synopsis/solicitation for RFQ No. DG133E-06-RQ-0226. The dated for receipt of quotes has been changed from March 7, 2006, to March 10, 2006. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, 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. This is Request for Quotation (RFQ) under solicitation No. DG133E-06-RQ-0226. This combined synopsis/solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-07. The NAICS code applicable to this combined synopsis/solicitation is 334220. The small business size standard is 750 employees. The National Oceanic and Atmospheric Administration (NOAA) has an urgent requirement for an L-band Motorized Antenna System with an option(s) for one or more additional systems. The Antenna System will replace an existing antenna damaged during hurricane Wilma in November 2005. The Antenna System will be installed on the roof of a two (2) story building at the National Hurricane Center, Tropical Prediction Center, located in Miami, Florida, 33165. The antenna must be delivered, installed, tested and operational on or before May 31, 2006. This is a commercial acquisition using the procedures of FAR Part 12. The Government anticipates that quotes will be based upon a standard C or Ku Band product, adapted to the L-Band requirements. The required characteristics of the antenna system are to include the following specifications: (a) Paraboloidal Antenna; (b) Minimum Size of 6.0 Meter; (c) G/T Figure of Merit of 15.6 dB (Elevation Angles greater than 10?) (d) Az/El Motorized Mount with 0-90? Elevation, 120? Azimuth travel, with indoor and outdoor Control Unit; (e) L-Band Prime Focus Feed; (f) Single Linearly Polarized; (g) Motorized Feed Polarization ? Adjustable ? 90?; (h) Pre-LNA Bandpass Filter, 1679MHz ? 1693MHz 3dB pass band, 1650MHz 50 dB down, 1710MHz 50dB down; (i) Downconverter (LBand to 140MHz ? 10MHz); (j) Control/Power Cabling Kit; (k) Patch Panel; (l) Facility Interconnect Data and Control Cables (Assume 300 Feet). The following items shall be separately priced as options: (m) Fiber Optic Facility Interconnect Data and Control Cables (Assume 300 Feet) including Fiber Optic RF Converters and Transceivers; (n) Feed Pressurization Unit; (o) Program and/or Signal Tracking Capability; (p) Recommended Spare Parts. The Antenna System shall operate at wind speeds up to 110 MPH at any antenna position, and the Antenna System shall survive at wind speeds up to 125 MPH at the stowed position. The Antenna System shall be delivered to the National Hurricane Center, Tropical Prediction Center, located in Miami, Florida, 33165. The Antenna System shall be installed, site aligned, and tested on the roof of a two (2) story building at the referenced delivery location. The Antenna System supplier shall provide a minimum of one (1) day (8 Hours) of on-site combined Operation and Maintenance training. The Antenna System supplier shall provide an Operations and Maintenance Manual (Electronic Media and a minimum of three (3) Hard Copies). The Antenna System and included components shall provide a minimum warranty of one (1) year. The government will provide access to the building?s electrical power, signal and power grounding system, lightning protection, and signal conduits from the roof to the operations area. The provision at 52.212-1, Instructions to Offerors?Commercial, applies to this acquisition, and there are no addenda to this clause. The provisions at 52.212-2 Evaluation?Commercial Items (Jan 1999), applies to this acquisition, and there are no addenda to this clause. All offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications?Commercial Items, with its offer. The clause at 52.212-4, Contract Terms and Conditions?Commercial Items, applies to this acquisition, and there are no addenda to this clause. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders?Commercial Items, applies to this acquisition and the following additional FAR clauses cited in this clause also apply: 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1, 52.225-13, and 52.232-33, Award shall be made to the quoter whose quote offers the best value to the Government, technical, price, and other factors considered. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," and 2) Price. Technical and price are equal in importance. Interested sources that can meet the Government's requirements shall submit a firm-fixed-price quote, including a brief technical description and/or product literature describing the offered item(s), within 15 days of the publication of this notice, or by Close of Business on March 7, 2006. Responses without the required documentation shall be considered non-responsive. The Government intends to make an award based on the offers received by the referenced date. No further solicitations or announcements of this requirement are anticipated. No basis for claim against the Government shall arise as a result of this notice or the Government?s use of any information provided. The Government will not pay for information or comments provided and will not recognize any costs associated with submission of comments. Responses must be submitted in writing (six (6) copies) and must include all information cited herein. Submission shall be mailed to: U.S. Department of Commerce/NOAA, NESDIS Acquisition Division, SSMC3 ? Room 10100/OFA64, 1315 East West Highway, Silver Spring, Maryland 20910 Attention: E. L. Jones. Telephonic responses shall not be accepted. The Government reserves the right to make one award or no award at all as a result of this solicitation.
 
Place of Performance
Address: MIAMI, FLORIDA
Country: USA
 
Record
SN01000591-W 20060308/060306211656 (fbodaily.com)
 
Source
FedBizOpps 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.