Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 31, 2018 FBO #6125
SPECIAL NOTICE

59 -- TURNKEY OUTDOOR ANTENNA TEST AND CALIBRATION RANGE

Notice Date
8/29/2018
 
Notice Type
Special Notice
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W25G1V) Tobyhanna, 11 HAP ARNOLD BLVD, TOBYHANNA, Pennsylvania, 18466-5100, United States
 
ZIP Code
18466-5100
 
Solicitation Number
TYAD_OUTDOOR_ANTENNA_RANGE_AUGUST_2018
 
Archive Date
9/28/2018
 
Point of Contact
George Galaydick, Phone: 570-615-6185, William Moser, Phone: 570-615-7682
 
E-Mail Address
george.a.galaydick.civ@mail.mil, william.j.moser1.civ@mail.mil
(george.a.galaydick.civ@mail.mil, william.j.moser1.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
TITLE: REQUIREMENT AND SPECIFICATION FOR TURNKEY OUTDOOR ANTENNA TEST AND CALIBRATION RANGE NOTICE NUMBER: TYAD_OUTDOOR_ANTENNA_RANGE_AUGUST_2018 Classification Code: 59 - Electrical and Electronic Equipment Components POSTING DATE: 08/29/2018 DISCLAIMER: THIS IS A REQUEST FOR INFORMATION (RFI) NOTICE. This is not a solicitation. This request for capability information does not constitute a request for proposal (RFP). This Request for Information (RFI) is issued solely for market research information and planning purposes only and does not constitute a solicitation. Responses will be treated as information only and will not be used as a proposal. The information submitted in response to this RFI may be used to help the Government further define its requirements. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. The Government does not intend to make an award on the basis of this RFI. Companies responding to this RFI are advised their response does not ensure participation in future solicitations or contract awards. The government will not reimburse participants for any expenses associated with their participation in this RFI. All information received in response to this RFI that is marked proprietary will be handled accordingly. Responses to this RFI that indicate that the information therein is proprietary, or represents confidential business information, will be received and held in confidence. Proprietary information submitted, as part of responses to the RFI, should be clearly identified and it will be treated as such. The Government reserves the right to follow up on a one-on-one basis with RFI respondents to gain additional information or clarity about information submitted. 1.0 PURPOSE AND OBJECTIVES: Tobyhanna Army Depot (TYAD) is issuing this RFI as a means of conducting market research to determine the availability of industry sources with the capabilities and capacity to make operational an outdoor antenna pattern range. The result of this market research will contribute to determining the appropriate level of equipment fabrication, installation, documentation, integration and testing of existing Government equipment and facility to function as an outdoor antenna range operating over a frequency range of 1.0 GHz through 18.0 GHz. It will also inform the method of procurement for any future investment. The applicable North American Industry Classification Systems (NAICS) code assigned to this effort is: 334515 Standards and calibration equipment for electrical measuring manufacturing. 2.0 SUMMARY OF SYSTEM: TYAD is seeking a prime contractor with the capability to make operational an antenna testing and antenna pattern measurement capability on an existing outdoor range composed of Government facilities and original equipment manufacturer (OEM) measurement and recording electronics (physical hardware) and software (system and application). The purchase of measurement and recording electronics, software and the refurbishment/remanufacture of an AZ/EL/AZ antenna positioner were contracted by the Government under a previous contract from MI Technologies, Inc., Suwanee, GA to support the facilitation of the antenna range. The existing outdoor antenna range is comprised of a "receive site" which is a raised 25 FT AGL steel platform with a positioning device to which the antenna under test (AUT) is mounted and a control room (control building) which will house the measurement and recording electronics and a "transmit site" which is a 330 FT AGL steel tower and a communications shelter at the base of the tower which will house the electronics that generate RF signal (source) frequencies that are directed at the AUT. The prime contractor is responsible for providing all sub-contractor management, engineering design, fabrication of equipment and providing software for the outdoor antenna range pattern testing capability. The focus of this market research is to upgrade and integrate a turnkey outdoor antenna test and pattern range. The Government expects that existing electronic equipment, cabling, positioning hardware, wiring and software be integrated into the new antenna pattern range. 3.0 PROJECT REQUIREMENTS: TYAD is providing the following as an overall review of what currently for the outdoor antenna range. All of the following requirements may not necessarily be included upon posting of a solicitation, as this notice is to provide market research as to what is currently available as existing equipment and range infrastructure, versus what would need to be designed, fabricated, purchased and installed. 3.1 General Requirements for the Prime Contractor: • Provide the Government with an overall design configuration of the turnkey outdoor antenna test and calibration range, including RF link budgets for the control link and the RF source link. • Deliver, install and test all necessary equipment, hardware, cabling, wiring and software at the Tobyhanna Army Depot, Tobyhanna, PA. • Design, build and/or purchase and install equipment and make operational turn-key outdoor antenna pattern, test, and calibration range for antenna measurements from 1.0 through 18.0 GHz. • Inspect, catalogue, identify, assess and document the capability of existing MI Technologies, Inc. "receive" site and "transmit" site electronic and mechanical equipment and software that will be refurbished, upgraded, and/or replaced. Provide as a result of this assessment a detailed engineering recommendation for equipment and software that has been determined to represent a substantial risk in pursuing a refurbishment path vice replacement. • Inspect, assess and document the capability of the AZ/EL/AZ positioner MI Technologies, Inc., Model 5547-50 (MI-51650 Lower AZ; MI-53450 Upper AZ/EL) for the purpose of positioning AUTs and any need for refurbishment, upgrade and/or replacement. As a result of the assessment provide a detailed engineering recommendation for the mitigation of any substantial electrical or mechanical risk in pursuing a refurbishment path vice replacement. • Select, purchase, deliver and install an RF source antenna and assembly for squint positioning covering 1.0 through 18.0 GHz. with HORZ and VERT polarization feed to be mounted on the 330 FT AGL steel tower. • Design, fabricate and install an adaptor to mount a selected RF AUT test antenna to on the 25 FT AGL steel platform AZ/EL/AZ positioner for testing and calibration of the antenna range. • Provide antenna range capability for measuring of input impedance, polarization, radiation efficiency, directivity, gain, axial-ratio, phase, radiation pattern, EIRP and other antenna metrics that are required to be evaluated on the outdoor antenna pattern range. • Install an electronic equipment RF control link between the "receive" site and the "transmit" site to control remotely located electronics. • Install all external electronics associated with RF pathways and other necessary control electronics on the deck of the 25 FT AGL steel platform "receive" site and the 330 FT AGL steel tower at the "transmit" site such that the electronics are protected from weather temperature extremes. • Provide and install antenna cable feed(s) for the "receive" site test antenna to cover the frequency range from 1.0 to 18.0 GHz. • Provide and install antenna cable feed(s) for the "transmit" site source antenna to cover the frequency range from 1.0 to 18.0 GHz. • Align antenna and feeds at both the "receive" site and "transmit" site. • Provide and install all AC and DC power at the "receive" site and "transmit" site necessary to operate the antenna range electronics mounted on the 330 FT AGL steel tower and the 25 FT AGL steel platform. • Provide for a determination of the outdoor range RF reflections and interference from existing terrain and buildings at the AUT site and suggest solutions. • Provide for personnel training and instruction on all of the capabilities of the antenna measurement and pattern range. • Provide for personnel training and instruction on the care and maintenance of the antenna measurement and pattern range. 3.2 Documentation Requirements: • Provide detailed maintenance/sustainment plan. o Detailed maintenance schedule. o All manuals necessary to train, operate and maintain the installed antenna range equipment. o Replacement electronic, hardware and lubrication specifications for the AZ/EL/AZ positioner on the 25 FT AGL steel platform and antenna system on the 330 FT AGL steel tower. o Provide documentation for maintenance. Which includes procedures for installation and removal of components and hardware. o Provide all DWGs in manufacture electronic CAD format and in hard copy format for the antenna range detailing the installation interconnect that include AC/DC wiring and cabling and RF cabling and grounding connectivity for both the PSR "receive" site and the "transmit" RF source site. Additionally, provide DWGs for the antenna mechanical supports, AUT interface, squint assembly and other mechanical DWGs as found to be required for the maintenance and servicing of the antenna "receive" and "transmit" sites. o Provide testing and evaluation reports for all mechanical and electronic GFE. 3.3 Transition Requirements: • Provide training and demonstration for all antenna measurement and pattern range capabilities for four (4) personnel. This includes the characterization of the AUT test antenna. • Provide training for four (4) personnel on the operation and maintenance of the polarization positioner and mounting fixture and antenna feed replacement and other system components and items. This includes training and demonstration of the RF communications link between the "receive" site and the "transmit" site. • Provide warranty for polarization positioner and mounting fixture installation and antenna high power amplifiers and connecting feed(s) and grounding. • Provide management of installation team personnel for antenna, squint positioner, cabling and wiring, AZ/EL/AZ positioner AUT, measurement and recording electronics, RF wireless link, software and all external electronics associated with RF pathways and other necessary control electronics installation. • Participate in weekly teleconferences and site installation activities. • Provide 24/7 technical assistance via phone/email for one (1) year to accommodate for operational, measurement and pattern analysis. 4.0 OTHER IMPORTANT CONSIDERATIONS Provide antenna and electronic equipment installation design accounting for the extreme weather conditions found at the Tobyhanna Army Depot, Tobyhanna, PA. 5.0 SUBMISSION REQUIREMENTS FOR CAPABILITY STATEMENT: 5.1 Capabilities Requested Any interested organizations are invited to submit a capability statement in writing in response to this notice. The organization should be able accomplish either or both of the following criteria: (i) Demonstrate the ability of the organization to provide a cost-effective solution for a turnkey antenna testing and antenna pattern measurement capability on an outdoor range. (ii) Demonstrate the capability of the organization to provide subcontractor management and oversight. (iii) Demonstrate the capability to design, fabricate, and install the turn-key antenna testing and antenna pattern measurement capability on an outdoor range employing existing MI Technologies, Inc. items. This can take the form of documented experience with similar systems, or the outline of a proposed architecture with sufficient detail that it can be assessed for its ability to meet TYAD's requirements with regard to antenna testing and antenna measurement over a frequency range of 1 GHz to 18 GHz. 5.2 Qualifications Capability statements received should highlight the organization's qualifications to take on the workload in this notice. Respondents should highlight their understanding of the system requirements, capability to meet these requirements, similar experience with previous projects, and their proposed method of achievement. • Understanding of system requirements - Express specific instances in which you assisted a customer with collecting/monitoring antenna parameters and antenna pattern data in a similar situation. • Capability to meet system requirements - Section 3.0 provides a general overview of the outdoor antenna range requirements. Please review and document any requirements/specifications that cannot be met. • Past experience - Provide an outline of previous similar projects; specifically where a customized solution was provided to meet the customer's requirements. Outline extensive experience with and the ability to perform the requested tasks identified in Section 3.0. • Method of achievement - Interested organizations are requested to identify challenges and risks associated with meeting the requirements as stated in this notice, along with a high-level plan to minimize those risks. Any other specific and relevant information about this particular area of procurement that would improve the government's knowledge of interested organizations' capabilities. Documentation may include, but not be limited to, contracts both Government and commercial, identification of the organization for whom the work was performed (include government points of contact both technical and contractual), references, (i.e. names, titles, telephone numbers), and any other information serving to document the organization's capability, e.g., awards, commendations, etc. 5.3 Format For clarity and consistency, TYAD requests that responses are provided in.pdf or.doc format and do not exceed ten (10) pages using 12 point Arial font. Capability statements must include the name of the organization (or organizations, if teaming), at least one point of contact, address(es) of organization(s), phone number(s), email address(es), website address(es), NAICS code(s), and size/type of ownership for the organization(s). 5.4 Small Business Specification Requirements Please specify any claimed socio-economic status such as, but not limited to, the following: a small business, 8(a) certified program participant business, small disadvantaged business, veteran-owned business, service-disabled, veteran owned business, HUBZone small business, women-owned small business, or large business. Capability statements addressing the particulars of this effort should be supplied with appropriate documentation supporting claims of both organizational and staff capability. A small business may submit a capability statement that includes the expertise of large business partner companies under a teaming arrangement. If a teaming arrangement exists, the response to this RFI notice must clearly define the portion of work that will be performed by each organization. Please reference FAR clause 52.219-14 entitled, "Limitations on Subcontracting (Jan 2017)", stating that a minimum of 50% of the total cost of all services provided must be incurred by or for personnel of the small business. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements in their capability statement/documentation. 6.0 SUBMISSION INSTRUCTIONS & CONFIDENTIALITY: Responses to this notice shall be provided via email to the TYAD POCs listed below, no later than 3:00 P.M. EST on Sept. 13, 2018. Late submissions will not be accepted or considered after the stated timeframe. If you have technical or contracting question(s) prior to submission, please send your written questions via an e-mail to the technical POCs listed below only. Organizations responding to this notice may be contacted by the technical POCs to clarify or provide additional information to the data submitted. No feedback or evaluations will be provided to companies regarding their submissions. Considerations will be for United States based companies only. Please mark any and all classified, confidential, or proprietary information in the organization's response accordingly. TYAD reserves the right to use any/all information submitted by, or obtained from, an interested organization in the creation of a competitive solicitation. Please note, if a solicitation, or multiple solicitations, are posted in the future, they will be issued by separate solicitation number(s) on Fed Biz Ops. George Galaydick Electronic Engineer Ph: 570-615-6185 William Moser Electronics Engineer Ph: 570-615-7682
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/4496f177e4859af47a3b605c2218e253)
 
Place of Performance
Address: Tobyhanna Army Depot, Tobyhanna, Pennsylvania, 18466, United States
Zip Code: 18466
 
Record
SN05062304-W 20180831/180829231514-4496f177e4859af47a3b605c2218e253 (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.