Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 24, 2005 FBO #1489
SOLICITATION NOTICE

L -- Electromagnetic Environment Requirement for the Electronic Proving Ground (EPG), Fort Huachuca, Arizona 85613

Notice Date
12/22/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
ACA, White Sands Missile Range, Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street, White Sands Missile Range, NM 88002-5201
 
ZIP Code
88002-5201
 
Solicitation Number
W9124Q-06-R-EPGEME
 
Response Due
1/10/2006
 
Archive Date
3/11/2006
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 Electronic Proving Ground, Fort Huachuca, Arizona is soliciting proposals for the following requirement (No Substitutes): ELECTROMAGNETIC ENVIRONMENT (EME) STATEMENT OF WORK: Scope: This statement of work defines the requirements to record the Electromagnetic Environment (EME) at various locations in Iraq, provide the capability to re-create a representation of this EME at Yuma Proving Ground (YPG), and record the representative EME for validation. The task can be divided into five areas: preparation activities, data collection, data analysis, playback/validation, and training. Requirements. General. The contractor personnel shall have a minimum of a Secret level security clearan ce. The contractor shall provide personnel proficient with the operation of all equipment necessary for this task. The contractor shall provide all equipment necessary for this task. The contractor shall develop and the government shall approve a databa se or other electronic format containing all relevant data collected and all data analysis. The contractor shall identify and price all equipment necessary to record an EME and re-create a representation of the EME recorded. The contractor shall provide training to the government in the operation of all equipment and data collection/analysis tools at YPG. The contractor shall provide a delivery schedule for all services and equipment purchases. The contractor shall provide a bid which expires in no less than 60 days. Preparation Activities: The contractor shall provide a detailed description of data collection requirements and analysis procedures. The contractor shall identify all hardware and software requirements. The contractor shall ensure person nel traveling to Iraq have completed the required training and documentation. Data Collection: The contractor shall allow 4 weeks in Iraq to collect Radio Frequency (RF) measurements. The contractor shall measure and document the RF spectrum from 2 Mega Hertz (MHz) to 6 GigaHertz (GHz) over several 24 hour periods. The minimum signal statistics are as follows: measured frequency, persistency, bandwidth, power, modulation type, and information content coding of FM, AM, FSK, PSK, OOK, MSK signals. The con tractor shall provide some form of signal logging to produce the 24 hour duty cycle statistics. The contractor shall record detailed spectral data with 500 MHz instantaneous bandwidth, time resolution to 100 nanoseconds, frequency resolution to 1 hertz, a nd recording time of 10 seconds per signal capture. Spectrum recordings shall preserve magnitude and phase. The goal of the continuous recording is to understand the time domain variation of the RF environment measured. Equipment necessary for RF enviro nment characterization shall be suitable for mounting in military vehicles. Data Analysis: The contractor shall provide summary statistics from the collected data. The contractor shall provide data in a format approved by the government which allows for easy signal searching by persistency, strength, modulation method, geographic location, and time of day. The government shall provide the key areas of interest in the RF spectrum with a maximum bandwidth of 50 MHz. The contractor shall recommend portion s of the recorded Iraq environment for replication at YPG. The contractor shall determine a replication methodology that produces signals in a pseudo random order which conforms to the Iraqi signal characteristics. The contractor shall identify and pric e all equipment necessary to produce and record the replicated environment. Playback/Validation: The contractor shall replicate the Iraq environment at the YP G using digital playback files in a format recognizable to the contractors Broadband Signal Generators. The contractor shall record the replicated EME at various locations throughout the 16 square kilometer YPG test site. The contractor shall record frequency, bandwidth, modulation type, signal strength, duty cycle (frequency of occurrence, duration), latitude/longitude of measurement, and time measurement taken. The measurements shall be taken every 100 meters across the test course in order to meas ure spatial variations in the EME. The contractor shall be capable of taking these measurements from a mobile station and require no more than 10 minutes at each location. The contractor shall provide data in a format approved by the government which all ows for easy signal searching by persistency, strength, modulation method, geographic location, and time of day. Training: The contractor shall provide hardware and software training to government personnel in the operation of all equipment required for either recording or replication of the EME. The contractor shall provide hardware and software training to government personnel on all data collection and data analysis utilities. FOB Destination (Fort Huachuca, Arizona 85613). Payment will be made by G overnment Credit Card under Net 30 Terms. Offers are due no later than 1200 hours, Tuesday, 10 January 2006 and shall be submitted electronically at virginia.miller@epg.army.mil. EVALUATION CRITERIA / PROCEDURES: Offers will be evaluated based on the foll owing best value criteria in descending order of importance: Meeting the Requirement, Proposed Delivery Schedule, Past Performance and Price. For additional information, contact Virginia J. Miller, Contracting Officer, at (520) 538-3978 or virginia.mill er@epg.army.mil. The Synopsis/ solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-22 and 2001-23. The following FAR provisions apply to this acquisition: 52.212-1, Instruction to O fferors Commercial items, and 52.212-2, Evaluation of Commercial Items, applies to the acquisition. Offerors shall include a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications Commercial Items, and furnish Offeror's Fe deral Tax Identification Number, Cage Code, Central Contractor Registration Number, DUNS Number and applicable FSC Codes with this offer. FAR Clauses 52.212-4, Contract Terms and Conditions Commercial Items and 52.212-5, Contract Terms and Conditions Re quired Implementing Statutes or Executive Orders Commercial Items apply to this acquisition. FAR 52.219-8, Utilization of Small Business Concerns. The government reserves the right to select for award, all, some, or none of the proposals received in r esponse to this announcement.
 
Place of Performance
Address: ACA, Southern Region, Electronic Proving Ground (EPG) Banister Hall, SFCA-SR-WS, 2000 Arizona Street Fort Huachuca AZ
Zip Code: 85613-7063
Country: US
 
Record
SN00957015-W 20051224/051222212314 (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.