Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 25, 2018 FBO #5997
SOURCES SOUGHT

59 -- Antenna System

Notice Date
4/23/2018
 
Notice Type
Sources Sought
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, HQ Air Force Test Center (AFTC) - Edwards, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
 
ZIP Code
93524-1185
 
Solicitation Number
FA9302-18-P-F021
 
Archive Date
5/12/2018
 
Point of Contact
Maximiliano Oropeza, Phone: 6612777453
 
E-Mail Address
maximiliano.oropeza@us.af.mil
(maximiliano.oropeza@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. INTRODUCTION: This Sources Sought Synopsis (SSS) is in support of Market Research being conducted by the United States Air Force to identify potential manufacturing sources and to determine if this effort could be a Competitive or Small Business Set-Aside acquisition. This is not a Request for Proposal (Solicitation) or an indication that a contractual commitment will exist for this requirement. The government does not intend to award a contract on the basis of this market research. No funds are available to fund the information solicited. The 412 Test Wing / Instrumentation Section located at Edwards Air Force Base is requesting information in support of Market Research to identify potential sources for the manufacture of the Antenna System listed below. Consequently, potential sources for this effort are companies who have a licensing agreement with the Data Rights Holder or Original Equipment Manufacturer (OEM). The company must have manufactured the antenna system within the past 36 months for the OEM or Department of Defense. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEMS (NAICS): The proposed NAICS Code is 334515, which has a corresponding Size Standard of 750 employees. The Government requests that interested parties verify their respective small business status to the identified NAICS code. In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. Additionally, provide any anticipated partnering arrangements, along with a description of similar products offered to the Government and to commercial customers for the past three years. Any responses involving partnerships should delineate between the work that will be accomplished by the prime, and the work accomplished by the partners. REQUIREMENTS: The contractor shall be capable of furnishing all required labor, material, facilities and equipment to accomplish manufacture, test, preservation and packaging, and return to the government a completely serviceable unit. Contractor will be responsible for supply chain management, logistics, forecasting of parts, long-lead parts procurement, reparable forecasting, obsolescence issues and delivery of serviceable assets. The government requests that interested parties respond to this notice in writing including details of your ability to either provide a copy of the OEM's manufacturing data (including disassembly, repair, test and an illustrated parts breakdown including part numbers) or an OEM licensee agreement certifying your business is approved by the OEM to manufacture this equipment. The specific requirement for this effort is found in the table below. QPoint antenna system (NON-tracking) 4 each. Manually pointed system, carrying L/S/C band antenna and camera Quad-ridged horn antenna, with Dual circular polarization.The systems are made up of the following components: Antenna Salient Characteristics (Minimum Requirements): • 1.3 GHz to 6.0 GHz frequency coverage • 15 dB gain, typical • Powered from 115 VAC, 60 Hz • No PC or display required Equipment Requirements: • 8 each, Female N connectors • 8 each, RF coaxial cables, 15 feet each • 4 each, Moog QPT-50 positioner (or equivalent) • 4 each, Moog Unicom joystick controller. • 4 each, Samsung SCO-2370 camera (or equivalent) • 4 each, Control cable, 15 feet • 4 each, camera cable, 15 feet The Antenna Systems Must: • Be manually positioned in azimuth and elevation. • Positioner must be able to mount and slew a camera and up to two antennas. Must be able to support up to a 50 lb payload. • L/S/C band antenna must be able to provide control in azimuth and elevation. The controller must also control the camera power, zoom, and focus. • The camera must have a short range up to 1.5 miles. The item is an Antenna System to be installed on a Telemetry Vehicle. CONCLUSION: The work specified in this SSS does not have any associated technical data available for distribution. Potential sources for this effort shall be companies who have a current license or agreement with the OEM to complete the work described in this SSS. Companies interested in performing the work specified, and have met the requirements stated above, should submit this information (i.e. license or agreement information) to the requirements workflow at the following address. Please include the solicitation number in the subject line of the request to ensure the action is routed to the responsible organization. Please e-mail your response advising if the requirements stated above can be met to the following address: AFMC/AFTC/PZIEA maximiliano.oropeza@us.af.mil. This SSS is issued solely for informational and planning purposes. No funds are available to fund the information requested. The information in this notice is current as of the publication date but is subject to change and is not binding to the Government. Oral submissions of information are not acceptable. Submit the following information also: • Company Name and Address • Cage Code • DUNs Number • Company business size by NAIC code • Small Business Type(s), if applicable • Point of Contact for questions and/or clarification • Telephone number, fax number, and email address • Web Page URL • Partnership arrangements (if applicable) • OEM License/Agreement/Manual • Provide any recommendations and/or concerns Responses and/or questions to this synopsis will be posted through FBO. Contracting Office Address: 5 S Wolfe Ave, Bldg. 2800 Edwards AFB, California 93524 United States Primary Point of Contact: OROPEZA, MAXIMILIANO maximiliano.oropeza@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/FA9302-18-P-F021/listing.html)
 
Record
SN04898343-W 20180425/180423230832-9b742c8fdda4207386404c6acdb55b74 (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.