Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2007 FBO #2120
SOLICITATION NOTICE

58 -- Refurbish Antenna 1

Notice Date
9/14/2007
 
Notice Type
Solicitation Notice
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Tyndall AFB Contracting Squadron, 501 Illinois Ave, Ste 5 Bldg 647, Tyndall AFB, FL, 32403-5526, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-F4AT837211A003-Savitski
 
Response Due
9/18/2007
 
Archive Date
10/3/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The combined synopsis/solicitation number is F4AT837211A003 and is being issued as a request for quote. This solicitation document and incorporated provisions and clauses are those in effect through the latest Federal Acquisition Circular. This is 100% set-aside for small business. The associated NAICS code is 334511 and the small business size standard is 750 employees. The government has a requirement for the refurbishment of a telemetry antenna. Specifications on delivery and performance are as follows: 1. Replace the AC-driven conically scanning feed with a new conically scanning feed which utilizes a DC brushless motor. 2. Replacement of the feed ring. 3. Replace the RF components in the feed portion of the Feed/Acq-Aid assembly, which includes: - Coaxial relays (2X) - Bandpass filters (2X) - Low noise amplifiers (2X) 3. Re-use the existing acquisition-aid antenna, integrating this antenna with the new feed assembly. 4. Replace the drive motors, in both the azimuth and elevation axes, with new drive motors, which will require re-engineering of the motor/pedestal interfaces and replacement of the elevation motor housing. 5. Replacement of the servo amplifiers for both the azimuth and elevation axes with new solid-state servo amplifiers. 6. Replacement of the pedestal wiring harness. 7. Sandblasting, chemical processing and repainting of the entire pedestal housings, which includes: - Yoke arms (2X) - King-post T-head - Riser base - Riser Extension - Reflector support structure 8. Sanding, repairing, and repainting of the parabolic reflector. 9. Provide new seals and gaskets for the entire pedestal assembly. 10. Provide new antenna control unit with fiber-optic interface. Feed Assembly: - Replace the AC-driven conically scanning feed with a new conically scanning feed (MRA model CS50), which utilizes a DC brushless motor. - Replacement of the feed ring. - Integrate the existing acquisition-aid antenna with the new feed assembly. - Replace the RF components in the feed portion of the Feed/Acq-Aid assembly, which includes: - Coaxial relays (2X) - Bandpass filters (2X) - Low noise amplifiers (2X) Drive Motors: - New azimuth drive motor - New elevation drive motor - New azimuth motor mount - New elevation motor mount - New elevation motor housing Servo Amplifier Assembly: - Azimuth servo amplifier unit - Elevation servo amplifier unit - New pedestal wiring harness - Pedestal ACU with fiber-optic interface Seals and Gaskets: - New elevation gearbox seals and o-rings - New azimuth gearbox seals and o-rings - Multiple access hatch gaskets Refinishing: - Sandblasting, chemical processing and repainting of the entire pedestal housings, which includes: - Yoke arms (2X) - King-post T-head - Riser base - Riser Extension - Reflector support structure - Sanding, repairing, and repainting of the parabolic reflector Antenna Control Unit: antenna control unit with single-mode fiber-optic interface. The unit is configured to accept serial RS-232 data from CFE slave source and includes: - Touch screen front panel - PC Architecture - Ethernet/fiber-optic Interface PCB - RS-232 Interface - Ethernet Interface - Front panel mounted handwheels and joystick - Rack slides - Remote control software Factory Acceptance Testing: - Two-day factory acceptance testing - Acceptance testing performed engineer - Acceptance testing performed company facility Packing & Crating - Packaging & crating per best commercial practices Documentation: - Monthly progress reports - Factory acceptance test procedure - Operation & Maintenance Manual (3 copies) - System drawing package (3 copies) Warranty: - 1-Year Factory Warranty Delivery shall be no later than 6 months from date of award. The provision at FAR 52.212-1, Instructions to Offerors--Commercial, applies to this acquisition. The provision at FAR 52.212-2, Evaluation--Commercial Items As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows: Evaluation -- Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement and (ii) price where technical capability of the item is slightly more important than price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer?s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The clause at FAR 52.212-4, Contract Terms and Conditions, Commercial items and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. The additional FAR clauses cited in the clause are applicable to the acquisition, (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I, (2) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 1999), (3) 52.219-8, Utilization of Small Business Concerns, (4) 52.222-21, Prohibition of Segregated Facilities (Feb 1999), (5) 52.222-26, Equal Opportunity, (6) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, (7) 52.222-36, Affirmative Action for Workers with Disabilities, (8) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, (9) 52.232-33, Payment by Electronic Funds Transfer -- Central Contractor Registration. The clauses at FAR 52.212-5 (Deviation) ? Contract Terms and conditions Required to Implement Statutes or Executive Order Commercial Items, FAR 52.247-34 ? FOB Destination, FAR 52.252-6 Authorized Deviations in Clauses (Defense Federal Acquisition Regulation Supplement Chapter 2 is applicable), DFARS 252.204-7004 ? Required Central Contractor Registration, DFARS 252.232-7003 Electronic Submission of Invoices, DFARS 252.225-7012 ? Preference for Certain Domestic Commodities, and 5352.201-9101 - Ombudsman all apply to this acquisition (Contact the contract administrator for this acquisition to receive full text of 5352.201-9101 Ombudsman). The clause at FAR52.232-18 Availability of Funds is applicable as funds are not currently available. In the event that funding does become available, the award will be issued to the bid meeting the requirements of the terms and conditions herein. The DFARs clauses at 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items is applicable. The additional DFARs clauses cited in the clause are applicable: (1) 252.225-7012, (2) 252.227-7015, (3) 252.243-7002, (4) 252.247-7023. The following additional FAR clauses apply: 52.203-8; 52.203-10. The following additional DFARs clauses apply: 252.204-7004, 252.232-7009. The full text of a clause may be accessed electronically on http://farsite.hill.af.mil. All quotes must be received on or before 18 Sep 07, 4:00 P.M. local time; E-mail quotes to bret.savitski@tyndall.af.mil
 
Place of Performance
Address: 325th CONS, 501 Illinois Ave, Ste 5, Tyndall AFB, Fl.
Zip Code: 32403
Country: UNITED STATES
 
Record
SN01407231-W 20070916/070915194103 (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  © 1994-2020, Loren Data Corp.