Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 08, 2019 FBO #6314
SOLICITATION NOTICE

59 -- Amtenna Test Range Modernization

Notice Date
3/6/2019
 
Notice Type
Synopsis
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
11 HAP ARNOLD BLVD TOBYHANNA PA 18466-5100
 
ZIP Code
18466-5100
 
Solicitation Number
W25G1V19R0011
 
Response Due
3/21/2019
 
Point of Contact
Maureen Myrthel, Contract Specialist, Phone 5706159535
 
E-Mail Address
Maureen.Myrthel.civ@mail.mil
 
Small Business Set-Aside
N/A
 
Description
PRE-SOLICITATION NOTICE This Notice is published as a sole source announcement under the statutory authority at 41 U.S.C. 1901 as implemented by FAR Subpart 13.5, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. The Army Contracting Command, Aberdeen Proving Ground, Tobyhanna Division, Tobyhanna, PA 18466, intends to solicit and award a firm fixed-price supply contract with NSI-MI Technologies, 1125 Satellite Boulevard, Suite 100, Suwanee, GA 30024, as the sole source 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) and the purchase of measurement and recording electronics, software and the refurbishment/remanufacture of an AZ/EL/AZ antenna positioner at Tobyhanna Army Depot (TYAD). The NAICS Code is 334515 and the size standard is 750 employees. A Request for Proposal will be issued on or about April 30, 2019 under Solicitation number W25G1V-19-R-0011. This notice of intent is not a request for competitive proposals. Solicitation will be in accordance with FAR Part 12, Acquisition of Commercial Items and FAR Part 13.5, "Simplified Procedures for Certain Commercial Items" and therefore will utilize simplified procedures for soliciting competition, evaluation, award documentation and notification that comply with FAR 13.1. NSI-MI is the Original Equipment Manufacturer (OEM) of the existing Antenna equipment located at TYAD. Additionally, NSI-MI is the sole designer, developer and integrator of the mechanical, electrical and software components. The technical data is proprietary to NSI-MI. The following draft SOW may be updated, revised or changed throughout the Solicitation period. The Government is not responsible for any costs incurred for contractor's time or materials expended in preparing information/response to this Pre-Solicitation Notice and any subsequent Solicitation. Key elements of the "SOW" shall include, but not be limited to the following: 1.1.1. Provide the Government with an overall design configuration of the modernized turnkey outdoor antenna pattern, antenna test and calibration range (includes RF link budgets for the control link and the RF source link). 1.1.2. Deliver, install and test all necessary hardware, cabling, wiring and software at the Tobyhanna Army Depot, Tobyhanna, PA. 1.1.3. Design, build and/or purchase and install equipment and make operational a modernized outdoor antenna pattern, antenna test, and antenna calibration range for antenna measurements between 1.0 to 18.0 GHz. 1.1.4. Accomplish factory GFE AZ/EL/AZ positioner modernization and testing of the positioner and document and provided the documentation to the Government in Vendor format. 1.1.5. Document factory testing of the GFE AZ/EL/AZ positioner and provide wiring drawings of the completed positioner internal wiring harness and all external cabling and parts lists and provided to the Government in Vendor format. 1.1.6. Factory testing and improvement of all GFE electronic equipment shall be documented and provided to the Government in Vendor format. 1.1.7. Select and purchase and deliver to the Government an RF source antenna and assembly for squint positioning covering 1.0 to 18.0 GHz with HORZ and VERT polarization feed (No slant 45 DEG feed is allowed) to be mounted on the 330 FT steel tower. 1.1.8. Accomplish wind loading analysis for the RF source antenna and assembly as it would be found mounted in its final position on the 330 FT steel tower and rated to meet TIA 222-G wind requirements. 1.1.9. Select and purchase and deliver and mount an RF test antenna on the PSR AZ/EL/AZ positioner using factory designed and fabricated mounting fixture. 1.1.10. Select and purchase and deliver and install an RF reference antenna to be mounted on the PSR AUT site 25 FT steel platform. 1.1.11. Design and fabricate and/or purchase, install and make operational an RF control link to control a RF signal source at the base of the 330 FT steel tower with RF link connectivity to the PSR AUT site equipment control building. 1.1.12. Provide, assemble and operate all necessary equipment on the modernized turnkey outdoor antenna pattern, antenna test and calibration range to accomplish 1.0 to 18.0 GHz RF test zone verification and document the results for possible follow-on mitigation of RF anomalies as directed by the Government. 1.1.13. Provide for a weatherproof enclosure to house all external electronics associated with the RF path and other necessary control electronics between the control building electronic measurement equipment and the AUT and AZ/EL/AZ positioner. This weatherproof enclosure shall be placed within a GFP stainless enclosure on the deck of the 25 FT steel platform. Install a solid state fan and heat controller within the weatherproof enclosure to protect the electronics from weather temperature extremes. 1.1.14. Connect and make operational the RF connectivity between the AUT test antenna and the measurement electronics within the control building, with appropriate weatherproof terminations and cabling supports. 1.1.15. Connect and make operational the AZ/EL/AZ positioner on the 25 FT steel platform, with appropriate weatherproof terminations and cabling supports. 1.1.16. Install all required VDC power supply(s) to operate external electronics on the 25 FT steel platform and place these VDC power supplies within the weatherproof enclosure. 1.1.17. Provide mechanical assembly and installation drawings (DWGs) for the RF source antenna, polarization feed and mounting fixture to the Government in Vendor format. 1.1.18. Provide antenna assembly and mount installation DWGs for the temporary AUT test antenna to the Government in Vendor format. This shall include the AZ/EL/AZ upper AZ plate all holes and bolt circle pattern on the plate face with dimensions and tolerances and hole callouts (through holes, clearance holes (close/loose/normal), countersinks, depth of hole threaded/tapped and Grade of attachment bolts. The required purpose of the upper AZ face plate DWG is to provide to the Government necessary and sufficient information to produce interface mechanical assemblies to attach various AUTs to the AZ/EL/AZ positioner. 1.1.19. Provide site and equipment arrangement DWGs to the Government in Vendor format. 1.1.20. Provide installation interconnect DWGs that include AC/DC wiring and cabling and RF cabling and grounding connectivity for both the PSR AUT Site and the 330 FT RF source site and provided to the Government in Vendor format. 1.1.21. Identify all cable and wiring by labeling, color coding and/or other identification means and show these identifications on all wiring, cabling and interconnect DWGs and cable, wiring and breakout lists and provided to the Government in Vendor format. 1.1.22. All DWGs are to be dimensioned IAW ANSI standards. 1.1.23. Provide on-site training for four (4) personnel on operational and maintenance for the polarization positioner and mounting fixture and antenna feed replacement, antenna testing and pattern measurement equipment, AZ/EL/AZ positioner and mounting fixture, RF control link, all electronics, and all software measurement and recording capabilities. Documentation to support this training shall be provided in Vendor format to the Government. 1.1.24. Provide for on-site training for four (4) personnel on the completed and operational turnkey outdoor antenna pattern, antenna test and calibration range covering 1.0 to 18.0 GHz with HORZ and VERT polarization selections using the test antenna resulting in a complete understanding of the method(s) of antenna performance metrics: measurement of input impedance, polarization, radiation efficiency, directivity, gain, axial-ratio, phase, sidelobe levels and location, null depths and location, secondary peaks, radiation pattern, effective isotropic radiated power (EIRP) and other antenna metrics that are required to be evaluated on an existing outdoor antenna pattern range with data reduction presented as rectangular, polar and three-dimensional antenna pattern plots and tabular presentation. Documentation to support this training shall be provided in Vendor format to the Government. 1.1.25. Provide guidance to the Government in antenna performance metrics that can be achieved on the outdoor antenna range that otherwise are not call out in the SOW; but, would be beneficial to the Government. 1.1.26. Provide and install antenna feeds for the RF source antenna on the 330 FT ADL steel tower to cover the frequency range from 1.0 to 18 GHz. Align antenna and feeds. 1.1.27. Provide and install antenna feeds for the AUT test antenna parabolic reflector to cover the frequency range from 1.0 to 18.0 GHz. Align antenna and feeds. 1.1.28. Provide antenna feeds for the reference channel antenna parabolic/horn/other reflector/non-reflector to cover the frequency range from 1.0 to 18.0 GHz. Align antenna and feeds. 1.1.29. Provide all DWGs in manufacture electronic CAD format and three (3) copies in hard copy format. 1.1.30. Provide an equipment test and evaluation and where necessary a software evaluation of the GFP items identified in this SOW. 1.1.31. Provide software updates and upgrades. 1.1.32. Provide operating system upgrades. 1.1.33. Provide application software. 1.1.34. Provide warranty for the modernized turnkey outdoor antenna test and calibration range. 1.1.35. Provide all necessary project coordination with TYAD's COR. 1.1.36. Provide a detailed maintenance schedule. 1.1.37. Provide for personnel training and instruction on all of the capabilities of the antenna measurement and pattern range. 1.1.38. Provide for personnel training and instruction on the care and maintenance of the antenna measurement and antenna range. 1.1.39. Participate in weekly teleconferences per Government direction. 1.1.40. Deliver to the Government all installation, wiring, and interconnection drawings, factory testing results, commercial software and hardware documentation changes and instruction, student training and maintenance instruction, manuals and schedules, calibration methods and results and results gather from the antenna testing as part of training and instruction. Delivery shall be FOB Destination to Tobyhanna Army Depot, Tobyhanna, PA 18466. This notice of intent is not a request for competitive proposals. A determination by the Government not to compete this requirement based on this notice is solely within the discretion of the Government. Any company believing they are certified by the Original Equipment Manufacturer (OEM) to provide the required items/services shall submit a capability statement detailing the capability of performing the requirements and a copy of the OEM certification authorization which will be reviewed for consideration. Information shall be submitted to the Contract Specialist identified below within fifteen (15) calendar days of this notice. Please provide information/comments by closing date of this Pre-Solicitation Notice, 3/21/19. All information contained within this Pre-Solicitation Notification is subject to change. Point of contact is Maureen Myrthel, Contract Specialist, Phone 570-615-9535, email Maureen.Myrthel.civ@mail.mil NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (06-MAR-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/notices/0ddb4a4a6e927e68806b070851630dab)
 
Place of Performance
Address: Tobyhanna Army Depot 11 Hap Arnold Blvd. Tobyhanna, PA
Zip Code: 18466
Country: US
 
Record
SN05241225-F 20190308/190306230011 (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.