Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 21, 2006 FBO #1851
MODIFICATION

58 -- UHF High Gain SATCOM Antennas

Notice Date
12/19/2006
 
Notice Type
Modification
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Headquarters Procurement Division, 7701 Tampa Point Blvd, MacDill AFB, FL, 33621-5323, UNITED STATES
 
ZIP Code
33621-5323
 
Solicitation Number
H92222-07-R-0055
 
Response Due
1/12/2007
 
Archive Date
1/27/2007
 
Point of Contact
Kathleen Henderson, Contract Specialist, Phone 813-281-0560 X304, Fax 813-281-2658, - Edward More, Contracting Officer, Phone 813-218-0560, Fax 813-281-2658,
 
E-Mail Address
henderk@socom.mil, moree@socom.mil
 
Description
The purpose of this amendment to RFP H9222207R0055 is to post the Questions/Answers for the UHF High Gain SATCOM Antennas (RFP H9222207R0055) solicitation. Questions and Government Responses are as follows: 1. Cable requirements: a. In the SOW at paragraph 2.1, the 150 ft. cable replaces the two (2) 12.5 ft. cables normally supplied with Trivec-Avant Corporation (TAC) AV-2011. This will increase the weight of the system by 16 lbs to 56 lbs. If the 150 ft. cable in the AV-2011 system replaces the two (2) 12.5 ft. cables, will the part number need to be differentiated from the AV-2011? b. In the SOW at paragraph 2.2, the 150 ft. cable replaces the two (2) 12.5 ft. cables normally supplied with TAC AV-2012. This will increase the weight of the system by 15 lbs to 36 lbs. If the 150 ft. cable in the AV-2012 system replaces the two (2) 12.5 ft. cables, will the part number need to be differentiated from the AV-2012? c. In the SOW at paragraph 2.3, the two (2) cables (8 ft and 12 ft) replace the 6 ft. cable normally supplied with TAC AV-2040-2. This will increase the weight of the system by 0.5 lbs to 7 lbs. If the two (2) cables, 8 ft and 12 ft, in the AV-2012 system replace the two (2) 12.5 ft. cables, will the part number need to be differentiated from the AV-2040-2? d. In the SOW at paragraph 2.4, the two (2) cables (8 ft and 12 ft) replace the 6 ft. cable normally supplied with TAC AV-2055-3. This will increase the weight of the system by 0.5 lbs to 3.5 lbs. If the two (2) cables, 8 ft and 12 ft, in the AV-2055-3 system replace the two (2) 12.5ft cables, will the part number need to be differentiated from the AV2055-3? Government Response: The solicitation will be amended to identify five (5) additional and separate CLINs for the Coaxial RF cables: 3 ft, 8 ft, 12 ft, 25 ft, and 150 ft. The Statement of Work will identify the commercial requirements for the systems without the additional cable replacements. 2. Would the above changes be considered as exceptions to the Government?s technical requirements? Government Response: No. As stated above, the solicitation will be amended to add five (5) additional and separate CLINs for the five (5) Coaxial RF cables (3 ft, 8 ft, 12 ft, 25 ft and 150 ft.). 3. For forward pricing matters, please clarify whether the Government has an expected award date that the bidder should use to define its contract years, or shall the bidder simply assume a reasonable "Contract Year" starting date, such as 01 Jun 2007? Government Response: FAR Clause 52.212-1, Instructions to Offerors - Commercial Items,(10)(c), "Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation." The intent of the Government is to award without discussions 30 calendar days from proposal due date unless otherwise noted. l have a storage temperature of ?54 to +250 degrees Fahrenheit. The antenna?s operational setup shall take less than one minute and withstand wind loadings of 80 MPH without loss of antenna orientation. 2.5 TrivecAvant, AV 2091(2) (or Equal) Egg-beater" or "O-Wing" SATCOM antenna. The antenna shall be capable of providing high angle omni-directional SATCOM between the frequencies of 243-318 MHz. The polarization must be right hand circular in high angle mode and vertical/linear in low angle mode. The antenna must be capable of handling 200 watts in either mode without adverse effect. The antenna shall provide a minimum gain of +6 dBi in high angle mode and 3dB in low angle mode with a maximum VSWR of 1.5:1. The antenna shall have a magnetic base capable of holding an operationally deployed antenna securely in place atop a vehicle being operated at United States highway speeds and cross country at speeds up to 50 MPH. The antenna shall weigh no more than 2.8 pounds and must be sufficiently resistant to environmental conditions (MIL-STD-810F) in order to operate world-wide while exposed for extended periods of time without adverse effects. The antenna finish shall be offered in both black and desert sand and include an N Female connector. 2.6 EDO DM C125 (or Equal) foldable miniature coat pocket with a gain of at least 5 dBi shall operate in the 244-318 MHz frequency range with a VSWR of 1.5:1 with 3dB beam width of 100 degrees nominal. The antenna shall be right hand circular polarized, able to handle 100 Watts of RF input power, and include a Female BNC connector. The antenna shall weigh no more than 2 pounds, including carrying case. The operating temperature shall be -25 to +160 degrees Fahrenheit and shall have a storage temperature of ?54 to +250 degrees Fahrenheit. The antenna?s operational setup shall take less than 45 seconds. The antenna finish shall be offered in lusterless black and/or desert sand. 3.0. CONTRACTOR LOGISTICS SUPPORT (CLS): The Contractor shall furnish all qualified labor, supervision, materials, equipment, tools, appliances, and services to repair the Trivec-Avant: AV2011, AV2012, AV2040(2), AV2055(3), and AV2091(2), or equal products and the EDO DM C125 or equal. Repair shall be performed at the Contractor's facility. The Contractor shall repair or replace the antenna within fifteen (15) calendar days after receipt of a failed antenna. Each maintenance action shall be recorded and billed at a firm-fixed price established in Section B of this contract. The Government will pay for shipping the reparable antenna to the Contractor?s facility and the Contractor shall pay for shipment of the repaired antenna back to the Government. Changes in the extent, scope and duration of the Contractor Logistics Support, including cancellation, shall be effected as a contractual amendment issued by the Contracting Officer. Prices for those modified items and services shall be as specified in accordance with the equitable adjustment procedures prescribed in the clause of the contract entitled "Changes." a. Prior to beginning any repair on an antenna in support of this SOW, the Government will provide, via e-mail, authorization to proceed. The e-mail authorization will include a specific reference to the component serial number. The Contractor shall not be compensated for repairs accomplished without Government authorization. b. Contractor repair procedures shall include test, teardown, evaluation, cleaning, repair actions, functional testing to insure mechanical and electrical operation, and shipment packaging/preparation. Where possible, a maintenance float of serviceable antennas (GFE) will be established at the Contractor?s repair facilities to replace repairable items sent from the users for repair (for USSOCOM support only). If this float is established then the Contractor shall have 48 hours from Government notification to ship a serviceable antenna to the address provided. c. The Contractor shall repair the antenna on a firm-fixed price basis as identified in Section B of the contract. If the cost of repair exceeds 65% of the costs to replace the antenna then the contractor shall provide a written estimate (e-mail or faxed quote will suffice) of the repair to the Government which shall include at a minimum the following itemized cost: 1. Materials required and their cost. 2. Labor costs which are the multiplied product of i. A hourly cost rate of an identified labor category and ii. The respective number of hours per labor category to facilitate the repair d. Upon written (e-mail) approval of the estimate by the Government, the Contractor shall complete the repair. If the Government decides the antenna is beyond economical repair (BER) then the Government may replace the unserviceable antenna with a newly acquired antenna. If the Government does not acquire a replacement antenna then the Government will be billed for a test, teardown and evaluation fee as identified in section B under this contract. Each repair and BER antenna shall be reported on the quarterly maintenance report (see paragraph 3). Unserviceable items and components may be replaced with an item of a higher revision level. Items and components provided as replacement parts must be compatible with all interfacing components of the existing system and not degrade any of the specifications e. All repairs shall be in accordance with the Contractor's established shop methods and procedures and shall be accomplished with the special tools and test equipment developed for this purpose. All repaired equipment shall comply with the requirements of this contract. f. The terms "serviceable condition" and "serviceable", as used herein, mean that condition in which an item is capable of meeting all initial operational and functional requirements. Minor cosmetic defects which do not affect the installation and operation of the items do not require correction or repair. g. Any approved modification to items required by the contract and not previously accomplished shall be done by the Contractor at the time of repair. Each modified item shall meet form, fit, and function of the item for which it was modified or changed and be two way interchangeable (i.e., unmodified items shall operate in place of modified items and modified items shall operate in place of unmodified items). h. The Contractor shall be responsible for the initial lay in of piece parts and for obtaining replenishment units and spare piece parts required for use in the repair of failed items. These parts shall remain the property of the Contractor until incorporated into the failed items at which time they become Government property. All parts removed during repair become the property of the Contractor. Used/salvaged parts can be used for repairs. i. The Contractor shall provide at a minimum a 180-day commercial warranty for each repaired antenna. 4.0 CONTRACTOR LOGISTIC SUPPORT MAINTENANCE REPORT: The Contractor shall provide a quarterly Contractor Logistic Support Maintenance Report. The report shall be in Contractor Format and provided electronically no later than (NLT) than the 10th working day in the months of January, April, July, and October. At a minimum this report shall contain the following data for each repairable and BER antenna: a. Serial # of Antenna b. Customer name and address c. Date antenna received d. Date antenna shipped back to the customer e. Shipping company used and tracking number of shipped item f. Customer identified failure symptom g. Failure found h. Repair description i. Cost of repair. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (19-DEC-2006); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/ODA/USSOCOM/SOAL-KB/H92222-07-R-0055/listing.html)
 
Place of Performance
Address: TBD
 
Record
SN01200004-F 20061221/061220101430 (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.