Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 05, 2010 FBO #3115
MODIFICATION

58 -- DLA Aberdeen anticipates issuing a solicitation for a five year IDIQ long term contract for two different types of Ultra High Frequency (UHF) Satellite Communications (SATCOM) Antennas.

Notice Date
6/3/2010
 
Notice Type
Modification/Amendment
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
DLA CECOM Contracting Center (CECOM-CC) (Aberdeen), DLR Procurement Operations DSCC-ZH, E2445 Eagle Point Road, APG-EA, MD 21010-5410
 
ZIP Code
21010-5410
 
Solicitation Number
SPRBL110R0042
 
Response Due
6/21/2010
 
Archive Date
8/20/2010
 
Point of Contact
Cheryl Cover, 410-417-0235
 
E-Mail Address
DLA CECOM Contracting Center (CECOM-CC) (Aberdeen)
(cheryl.cover@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
DLA Aberdeen anticipates issuing a request for proposal (RFP) on or about 21 June 2010, which will result in the award of an Indefinite Delivery Indefinite Delivery (IDIQ) long term contract (LTC). The resultant contract will include a one year base period, and four 1-year priced option periods. The NSN includes: High Gain Antenna 5985 01-449-3240, P/N: AV2011 and Lightweight Antenna 5985 01-463-6558, P/N: AV2055-3. Delivery is to DSCC New Cumberland facility in New Cumberland, PA. This is a full and open competition requirement that is restricted to small businesses, as the requirment is a 100% small business set-aside. The annual maximum quantities for each item include: 2,500 units each for the High Gain Antenna, and 4,000 units each for the Lightweight antenna. A guarantee will be provided for the base year of the contract only. No additional guarantee will be given for the option years. The guarantee for the base year will be issued with the first order and will be for 100 units each High Gain antennas and 200 units each of lightweight antennas. Since this is an IDIQ LTC a total maximum contract ceiling of $45 Million will be included in any contract awarded as a result of this solicitation. The evaluation criteria will be issued IAW FAR 9.104, Contractor Qualifications and Standards. Detailed technical drawings for the manufacture and acceptance of these antennas are not available from the Army. The only technical data are the product specifications for each antenna. Both antennas are foldable UHF SATCOM antennas designed for portability, high gain and easy of use. Both antennas shall be withstanding with wind loading in excess of 80 MPH. The high gain antenna shall be set-up and deployed in less than 3 minutes by one person using arctic gloves, and the lightweight antenna shall be set-up and deployed in less than 1 minute by one person using arctic gloves. Both Yagi antenna systems shall have the capability of operating with the AN-PSC-5, AN-PSC-3, AN-PSC-7 (MST-20 Plus), AN-PSC-10 (LST-SA-B) and AN-PRC-117F or equivalent ground, shelter or manpack satellite communication systems. Both antennas shall be designed IAW the government product specifications and shall be deployable 2000 times or operated at fixed locations for extended periods of time by military troops in all possible military environments. Potential sources of supply must be able to supply both the high gain antenna and lightweight antenna and must be able to meet or exceed the following government technical and delivery requirements for these antennas: 1. Technical Approach. a. Operational Use. The bidder shall propose the design for both High Gain antenna and Lightweight Antenna with operational capabilities to meet or exceed all minimum technical requirements specified in the product specifications, A3332807 Product Specification for the High Gain antenna and A3332808, Product Specifications for the Lightweight Antenna both dated 1 May 2002 and the Statement of Work (SOW). The Bidder shall submit a brief description of the proposed items, High Gain Antenna & Lightweight Antenna serving as the basis for the proposal and prototype design of these proposed items, either sketches or engineering drawings with supporting technical data/specification sheets of proposed design. The bidder shall provide details to describe the operational capabilities of the proposed items in a combat environment. All risks associated with achieving the required operational performance shall be addressed along with the methods to mitigate these risks. The bidder shall specifically propose how their antennas will meet the following product requirements: "On - axis gain "Polarization "Impedance "Voltage Standing Wave Ratio (VSWR) "Storage temperature "Operating temperature "Wind load "Power Handling "Deployment time for set-up and tear-down b. Test. The bidder shall describe its approach to test both the High Gain Antenna and Lightweight Antenna to ensure that they meet or exceed the performance parameters of the product specifications. The bidder shall submit the following certified test data for both antennas with its proposal to support its proposed designs. These test data shall be certified by the bidders Quality Assurance Manager and a Company Executive. (1) On-Axis Gain "On-axis gain at 240, 244, 260, 270, 290, 300, 318 and 320 MHz for the High Gain Antenna, and at 240 255 270, 290, 305 and 320 MHz for the Lightweight Antenna. "Radiation patterns at the same frequencies above. Appropriate antenna gain figures shall also be provided with the patterns. "A continuous swept gain plot for the specified 244-318 MHz operating frequency range of the High Gain Antenna. A continuous swept gain plot for the specified 240-320 MHz operating frequency range of the Lightweight Antenna. (2) Voltage Standing Wave Ratio (VSWR) at the same frequencies above, and a continuous plot displaying gain VSWR versus frequency, drawn from 244 to 318 MHz for the High Gain Antenna and drawn from 240 to 320 MHz for the Lightweight Antenna, as specified in the product specifications. (3) 80 mph wind test data or acceptable wind load analysis or acceptable past operational wind performance data. (4) Storage temperature (-70 to +160 degree F). (5) Operating temperature (-25 to +125 degree F). (6) Drop Test: Operation of the antenna is not degraded when dropped from a height of 4 FT in a stored configuration. (7) Immersion Test: The antenna is operational after immersion in four (4) feet of water for a period of four (4) hours. c. Physical Characteristics. The bidder shall discuss how the proposed antennas meet or exceed all physical requirements specified in the product specifications A3332807 and A3332808 and the Statement of Work, specifically addressing how it will meet the applicable product specification requirements for system weight, tripod with azimuth (AZ) and elevation (EL) axis, antenna and tripod finish, cable connectors, antenna connectors and Radio Frequency (RF) cables. 2. Manufacturing & Schedules / Warranty. a. Manufacturing. The bidder shall provide a description of the manufacturing capabilities to assure that item on solicitation will be delivered on schedule and meeting all requirements specified in the solicitation. As a minimum, the bidder shall provide facility layout (production floor plan) depicting production and test equipment, organizational structure with key personnel, their qualifications, relevant experience, and availability, quality assurance system certification, such as ISO 9001:2000 and the degree and extent of related risks concerning achievement of compliant contract performance. b. Delivery Schedules. The bidder shall discuss their ability to perform in accordance with the specifications, their production readiness status, ability to facilitate economical manufacture, test, inspection and delivery at the rates set forth in Section B of the solicitation. The bidder shall address production backlog, yields, any long lead time items, and any planned improvements to mitigate potential shortfalls, and shall provide a detailed plan and a summary chart that identifies the start and completion dates of all significant and critical tasks, such as the Pre-production activities, First Article Test (FAT) Plan, testing schedule. The solicitation contains three multiple delivery schedules for each item, Standard Delivery Schedule, Accelerated Delivery Schedule and Increased Quantity with Accelerated Delivery Schedule. Standard Delivery Schedule identifies the delivery requirements with First Article Test (FAT) and the delivery requirements if the Government waives the FAT requirement. The Accelerated Delivery Schedule requires the contractor to deliver the same quantities at the standard delivery schedule but with a 25% acceleration in delivery time. The increased quantity with accelerated delivery schedule requires the contractor to deliver 25% more quantities with 25% less time than set forth in the standard delivery schedule. The bidder shall provide detailed discussion on its approach for meeting aforementioned accelerated delivery schedules, with respect to the proposed production approach. The bidder shall discuss resource qualification, relevant experience, and availability with respect to other on-going contracts, either Government or commercial, and their potential impact on the proposed efforts schedule. c. Warranty. The bidder shall delineate in detail the coverage of the commercial warranty for the items under this contract. The commercial warranty proposed shall be at no additional cost to the Government. 3. Current and Past Performance. The bidder shall submit a list of all Government contracts in performance or awarded in the past 36 months, which are relevant to the efforts required by this solicitation. Relevant efforts are defined as development and production efforts of antenna equipment similar in complexity and technology to the High Gain Antenna and the Lightweight Antenna. The list shall include the following information: a. Contract Number and, in the case of Indefinite Delivery type contracts, GSA contracts, and Blanket Purchase Agreements, include Delivery Order Numbers also. b. Government contracting activity, and current address, Procuring Contracting Officer's name, e-mail address, telephone and fax numbers. c. Governments technical representative/COR, and current e-mail address, telephone and fax numbers. d. Government contract administration activity's Pre-Award Monitor's name, and current e-mail address, telephone and fax numbers. e. Contract Type. In the case of Indefinite Delivery contracts, indicate specific type (Requirements, Definite Quantity, and Indefinite Quantity). f. Awarded price/cost. g. Final or projected final price/cost. h. Original delivery schedule, including dates of start and completion of work. i. Final, or projected final, delivery schedule, including dates of start and completion of work. j. A brief explanation of the reason(s) for the shortcoming(s) and any corrective action(s) taken to avoid recurrence if any contracts that did not/do not meet original schedule or technical performance requirements. Note: In Accordance with FAR 9.104-2a, the special standards shall be set forth in the solicitation and shall apply to all offerors. The bidder who fails to address all the special standards that specified above in the proposal would not be considered a responsible source for this acquisition. Suppliers capable of meeting the Government requirements of both antennas must so indicate and provide proof of their ability, in response to this pre-solicitation synopsis, to the procuring activity Ms. Cheryl A. Cover (cheryl.cover@us.army.mil). The response must include documentation such as suppliers prototype designs (drawings or sketches) of both antennas with supporting technical data and the currently certified test data of these antennas, copy of purchase order if the supplier was a vendor to the listed source or a statement from the listed source demonstrating that the supplier can, in fact, supply the Army with these antennas that will be physically and functionally interchangeable with the antennas from the previous supplier. The successful supplier may be required to warrant that the items supplied will satisfactorily perform when used for the purpose intended by the Army. The U.S. Army CECOM LCMC has established the IBOP website as part of the Armys Single Face to Industry, to allow electronic posting of Solicitation for Request for Proposals (RFPs), Request for Quotations (RFQs), and Invitations for Bids (IFBs) from CECOM LCMC to industry. All parties interested in viewing the solicitation and/or submitting a bid should register with the IBOP by calling the IBOP at 1-888-414-2677 or by visiting the Interactive Business Opportunities Page at https://abop.monmouth.army.mil and registering under User Services, User Registration. Drawings can be downloaded from the IBOP as instructed above. Please be advised that hard copies of the solicitation will not be made available; you must download solicitation documents from the IBOP. Please contact IBOP helpdesk toll free at 1-888-414-2677 for technical assistance with the IBOP. See Numbered Notes 2 and 26. Amendments to the solicitation will also be posted to this site.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c626a964df891b7cddffcf9313548724)
 
Place of Performance
Address: DLA CECOM Contracting Center (CECOM-CC) (Aberdeen) DLR Procurement Operations DSCC-ZH, E2445 Eagle Point Road APG-EA MD
Zip Code: 21010-5410
 
Record
SN02167954-W 20100605/100603235607-c626a964df891b7cddffcf9313548724 (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.