Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 14, 2003 FBO #0623
MODIFICATION

58 -- Portable Satellite System

Notice Date
8/12/2003
 
Notice Type
Modification
 
Contracting Office
DHS - Emergency Preparedness and Response, Federal Emergency Management Agency, MWEOC Acquisition Section, 19844 Blue Ridge Mountain Road, State Route 601, Bluemont, VA, 20135
 
ZIP Code
20135
 
Solicitation Number
EMV-2003-RQ-0042
 
Response Due
8/12/2003
 
Archive Date
8/27/2003
 
Point of Contact
Sandra Nixon, Contract Specialist, Phone (540) 542-2303, Fax (540) 542-2632,
 
E-Mail Address
sandra.nixon@dhs.gov
 
Small Business Set-Aside
Total Small Business
 
Description
The purpose of this Amendment No. A004 is to provide additional information concerning the portable antenna project based on more questions received from prospective sources and changes/revisions in the Government's requirements. QUESTION: Is the Gortex De-Ice shield heated or unheated? ANSWER: The Gortex De-Ice shield is unheated. QUESTION: What power level is required for the Anacom Ku-Band transceiver? ANSWER: 50 watts minimum (This was already addressed in A001.) QUESTION: What features are needed on the SDM 300A Modems? ANSWER: EF Data SDM 300A Modems (no substitute) optioned for Turbo Product Code, Reed Solomon, Viterbi and Drop and Insert, Data Rate 1.544 (T-1) (NOTE: This is a change from the information provided in A001 regarding Turbo Product Code, Reed Solomon, and Viterbi.) QUESTION: What brand and model of dummy load? ANSWER: The Government requires fully integrated KU Dummy load rated for transceiver +20%. QUESTION: What kind of spectrum analyzer is needed and what is the desired operational frequency range of the analyzer? ANSWER: Textronics or Hewlett Packard, as long as the proposed spectrum analyzer can be used on the 70 MHZ IF side and be capable of up to 2 GHZ. QUESTION: Can the handheld terminal requirement for the transceiver control be a laptop computer with serial interface? ANSWER: No, the Government wants a handheld terminal, not a laptop. QUESTION: Does the Government require/desire rack mount case for the two satellite modems? ANSWER: Yes, the Government requires a rack mount case for the two satellite modems. The second modem is to be mounted in the case with the first modem as a cold spare, but rear accessible for switching cables from the primary. QUESTION: Does the Government require 70 MHz IF distribution and independent transmit and receive IF level control with IF Tx/Rx monitoring? ANSWER: Yes, this is a requirement of the Government. QUESTION: Is transceiver RF output switching between the transceiver and antenna required on both C-Band and Ku-Band systems? ANSWER: Yes, this is a requirement of the Government. QUESTION: Regarding the 2.4 meter antenna Transit Cases, the required antenna system structure, 24SFK2L, has eight cases with one extra case for each feed for a total of eleven cases just for the antenna system. The RFQ mentions four transit cases. Will the total number of cases be a problem? Is there a weight size limit on any of the cases? ANSWER: The total number of cases is not a problem and there is not a specific weight limit. The requirement is that the system have adequate shipping cases for transporting the disassembled satellite system easily and conveniently. The system must have easy deployment (i.e., 2 person assembly, captive hardware, precision alignment). QUESTION: Does the Government require a shipping case for each transceiver package? ANSWER: The Government does not require a shipping case for each transceiver package, but the Government does require to have the KU equipment divided from the C equipment. COMBINED QUESTIONS: Does the Government have specifications or the name of the original manufacturer of the requested components for this requirement? The description calls for a detailed list of items the Government is requesting the successful Contractor to supply, including the exact length of a piece of waveguide. Is it the intention of the Government to buy all the listed items in the solicitation only or to have a general Contractor to supply a complete working satellite system terminal that uses these listed parts as a "guide?" ANSWER: The items that require a specific model and/or manufacturer have previously been specified in the RFQ and preceding amendments (i.e., the 2.4M Antenna Vertex 24SFK2L and the EF SDM 300 A modems). The successful Contractor must also provide for the portable satellite system one EA On-Call Communications Single Carrier Per Channel (SCPC) Voice Order Wire, consisting of Microphase MP-1040 modulator, Microphase MP-2030S demodulator and On-Call Communications SCS-3 voice intercom unit, or an approved or equal Voice Order Wire. QUESTION: How can any general Contractor be responsible for the antenna's performance under windy conditions which the Government also specified as must being met in the RFQ? ANSWER: If the offeror provides the Vertex 2.4 meter antenna, Model 24SFK2L, as specified, that model is rated to withstand the winds specified in the RFQ. QUESTION: Will the Government accept some other 2.4 meter Ku Band flyaway terminal design that uses the Government speicified electronics packages? ANSWER: The Government will not accept any other flyaway antenna than the one specified in the RFQ (i.e., the Vertex 2.4 Model 24SFK2L). The ease of shipment of this particular satellite system is a mandatory part of the requirement. Descriptions for items for which the RFQ and amendments do not list a specific model and/or manufacturer are intended to be "guides" and offerors can propose "or equal" products. In order for the Government to make a determination of the proposed "or equal" products, the offerors MUST provide descriptive literature, consisting of catalog cuts, specs, etc. that adequately describe the proposed "or equal" product. If an offeror fails to provide said descriptive literature for the "or equal" products, their proposal will be rejected since the Government will not be in a position to fairly evaluate the proposed "or equal" product to determine the product's capability to meet the Government's minimum requirements. The delivery time period specified in the original RFQ is changed from 30-45 days after receipt of order is now changed to 60-90 days after receipt of order. As stated in A003, the date for receipt of offers is now changed to 19 August 2003, 4:00 PM/EST. This is the last amendment and no further questions will be entertained by the Government. END OF AMENDMENT NO. A004 TO RFQ NO. EMV-2003-RQ-0042.
 
Record
SN00398230-W 20030814/030812213104 (fbodaily.com)
 
Source
FedBizOpps.gov 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.