MODIFICATION
59 -- Antenna System, 6-Ft Dual Axis
- Notice Date
- 3/21/2007
- Notice Type
- Modification
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, 96th Contracting Squadron (Eglin AFB), 96th Contracting Squadron 205 West D Ave., Suite 541, Eglin AFB, FL, 32542-6862, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- Reference-Number-F1T0DE6313A400
- Response Due
- 3/27/2007
- Archive Date
- 4/11/2007
- Point of Contact
- Michael Denamur, Contract Specialist, Phone 850-882-0339, Fax 850-882-4916, - Brian Robertson, Contract Specialist, Phone 850-882-0340, Fax 850-882-4916,
- E-Mail Address
-
michael.denamur@eglin.af.mil, brian.robertson@eglin.af.mil
- Description
- AMENDMENT 3: The purpose of Amendment No. 3 is to confirm the basis of contract award and allow interested contractors the opportunity to provide revised proposals (if so desired) based on the below criteria in accordance with FAR 52.212-2, Evaluation ? Commercial Items. Any questions can be directed to Mike DeNamur, Contract Specialist at 850-882-0339 (email michael.denamur@eglin.af.mil) or Greg Parry, Contracting Officer at 850-882-8113 (gregory.parry@eglin.af.mil). All revised proposals must be received no later than (NLT) 27 March 2006, 3:00 PM (CST). Amendment 3 Attachment: FAR 52.212-2, Evaluation--Commercial Items. The Government will select the best overall offer, based upon an integrated assessment of Technical Capability and Price/Cost (Lowest Price Technically Acceptable). A contract will be awarded to the responsive offeror who is deemed responsible in accordance with the Federal Acquisition Regulation (FAR), as supplemented, whose proposal conforms to the solicitation?s requirements (to include all other information required by 52.212-1 of this solicitation) and is judged, based on the evaluation factors below to represent the best value to the Government. The Government seeks to award to the offeror who gives the Air Force the greatest confidence that it will meet or exceed the requirements affordably. The Government will evaluate offerors on an unacceptable/acceptable basis. Offerors will be considered for award after passing the technical requirements. Therefore, the offerors initial offer should contain the offerors best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. EVALUATION FACTORS Evaluation Factors and Sub factors and their Relative Order of Importance. The evaluation factors are listed below in order of importance. Technical Capability is approximately equal to price. Factor 1: Technical Capability Factor 2: Price I. Technical Capability Factor ? the government will evaluate each technical package to assure that it reflects and provides a detailed understanding of the technical specifications for the two new antenna systems below. An unacceptable/acceptable rating will be assigned to each offerors proposal. An offerors technical proposal must be deemed acceptable in order to be considered for award. a. NOMINAL 4-FOOT ANTENNA SPECIFICATIONS: Pedestal type: Elevation-over-Azimuth (2) Reflector Type: size Parabolic, 4-foot (3) Antenna Gain: 25 dB S-Band, 20 dB L-Band (4) Feed Type: Conical Scan Transceiver (5) Polarization: RHCP and LHCP (6) Frequency of Operation: 1435 to 2400 MHz. L and S-Bands (7) Control Cable: Fiber Optic (8) Azimuth travel: Continuous; Slip ring (9) Elevation travel: -5 to +185 degrees (10) Azimuth limits: N/A (11) Elevation limits Electrical: UP and DOWN adjustable (12) Software: UP and DOWN programmable (13) Azimuth Speed: greater than or equal to 30 degrees/sec (14) Elevation Speed: greater than or equal to 30 degrees/sec (15) Azimuth Acceleration: greater than or equal to 60 degrees/sec/sec (16) Elevation Acceleration: greater than or equal to 60 degrees/sec/sec (17) Angle Readout resolution: 0.01 degree (18) Power: 115V plus or minus 10% at 60Hz (19) Weight: System (less than 210 lbs.), Pedestal (less than 120 lbs) (20) Antenna must support simultaneous receive and transmit in L and S-bands b. NOMINAL 6-FOOT ANTENNA SPECIFICATIONS: Pedestal type: Elevation-over-Azimuth (2) Reflector Type: size Parabolic, 6-foot (3) Antenna Gain: 30 dB at 2400 MHz (4) Feed Type: Conical Scan Transceiver (5) Polarization: RHCP and LHCP (6) Frequency of Operation: 1435 to 2400 MHz. L and S-Bands (7) Control Cable: Fiber Optic (8) Azimuth travel: Continuous; Slip ring (9) Elevation travel: -5 to +185 degrees (10) Azimuth limits: N/A (11) Elevation limits Electrical: UP and DOWN adjustable (12) Software: UP and DOWN programmable (13) Azimuth Speed: greater than or equal to 30 degrees/sec (14) Elevation Speed: greater than or equal to 30 degrees/sec (15) Azimuth Acceleration: greater than or equal to 60 degrees/sec/sec (16) Elevation Acceleration: greater than or equal to 60 degrees/sec/sec (17) Angle Readout resolution: 0.01 degree (18) Power: 115V plus or minus 10% at 60Hz (19) Weight: System (less than 210 lbs.), Pedestal (less than 120 lbs) (20) Antenna must support simultaneous receive and transmit in L and S-bands The government will also evaluate each technical package to assure that it reflects and provides a detailed understanding of the technical specifications for the nine existing antenna systems that require refurbishment. An unacceptable/acceptable rating will be assigned to each offerors proposal. An offerors technical proposal must be deemed acceptable in order to be considered for award. c. Existing antenna systems consist of SIX scientific Atlanta series 3200 pedestals with 16-foot parabolic antennas and THREE Datron Systems P/N 120959-102 pedestals with 5-meter parabolic antennas. These systems need upgrades consisting of at a minimum: (1) New antenna controller with fiber optic interface to the pedestal. (2) Remote control and slaving via Ethernet. (3) Replacing mono feed system with conical scan feed. (4) New servo motors and gear boxes. (5) Refurbish or replace parabolic antenna. (6) Capable of simultaneously receiving and transmitting LHCP and RHCP signals in the L and S frequency bands. (7) The antenna system shall also provide a camera system with all electrical and mechanical interfaces to mount the camera. (8) Add a wide band acquisition antenna. A technical support package for initial installation, integration verification and training is required. Approximately eight individuals will require training. Operational manuals, schematics and associated technical documents must be provided. This portion of the contract award will be a base year plus four option year contract (total five years) for the upgrades of two antennas per year with one antenna upgrade the final option year. This also includes additional requirements and answers to questions from amendments 1 & 2 from the original synopsis/solicitation.. II. Price Factor: The price evaluation will document the completeness and reasonableness of the proposed total evaluated price. The total evaluated price consists of the total proposed price for CLINs 0001 ? 0404 (attached below). An assessment of price reasonableness will be performed on the total evaluated price using techniques described in the following paragraphs. A. Completeness: The price proposal will be evaluated for completeness in relation to the offerors proposed technical and management approach and to ensure that it reflects a clear understanding of the requirement. Price will be considered complete when the offeror has proposed firm fixed prices for all associated CLINs found in the CLIN structure attachment. B. Reasonableness. The techniques and procedures described under FAR 15.404-1(b), Price analysis, will be the primary means of assessing proposal reasonableness. The offerors proposal will be reviewed for compliance with the requirements specified in Section L of the solicitation. The government will evaluate proposed prices to determine whether prices reflect a clear understanding of the requirements and are consistent with the various elements of the offerors mission capability proposal. Price analysis techniques may include a comparison of proposed prices received in response to the solicitation, comparison with other contract prices for similar services, and/or a comparison of proposed prices with the independent government cost estimate. Color or adjectival ratings will not be assigned to the price factor. C. Realism: Realism will be based on an evaluation of the offered price to determine if the cost reflects a clear understanding of the requirements, and is consistent with the various elements of the offerors? technical information, and is not materially unbalanced or insufficient for the effort to be accomplished. This will be accomplished primarily by comparing all offers received in response to this solicitation. Communications conducted to resolve minor or clerical errors would not constitute discussions and the Government reserves the right to ward a contract without the opportunity for proposal revisions. IMPORTANT NOTE: For those offerrors that wish to provide a revised cost proposal - Please contact Mike DeNamur @ michael.denamur@eglin.af.mil for a copy of the CLIN structure.
- Place of Performance
- Address: 46 RANSS/TSRML - F1T0DE, ATTN: SANDRA KILCREASE, 505 N. FLORIDA AVE. BLDG 33MHU RM TSP, EGLIN AFB, FLORIDA, TEL (850) 882-9348, ,
- Zip Code: 32542
- Country: UNITED STATES
- Zip Code: 32542
- Record
- SN01255886-W 20070323/070321221003 (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 |