|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 20,1996 PSA#1725Commander (fcp-2), Maintenance and Logistics Command Pacific, Coast
Guard Island, Bldg. 10, Alameda, CA 94501-5100 36 -- PURCHASE OF FOUR (4) COMMUNICATION ANTENNAS Sol
DTCG89-97-R-612300. Due 121396. Contact Jewell D. Lee at (510)
437-3006. This is a combined synopsis/solicitation for commercial items
prepared in accordance with t he format in Subpart 12.6 of the Federal
Acquisition Regulation, 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 Request For Proposal Number is
DTCG89-97-R-612300 and incorporates provisions and clauses in effect
through Federal Acquisition Circular 90-42. This acquisition is
unrestricted under SIC Code 3663. The contract type will be firm fixed
price. The scope of work will be for the manufacture and delivery of:
Item 1, Two each Omni-directional spiral HF antennas with dual mode
operating two transmitters simultaneously. Antenna will allow
simultaneous operation of two transmitters rated at ten kilowatts
average, twenty kilowatts peak. Frequency Range: 2 to 30 MHZ for each
mode. Radiation Patterns: Typical azimuth radiation pattern will be
omni-directional. Take off angle for high angle mode shall be 90
degrees, + or - 5 degrees. Take off angle for low angle mode shall be
45 to 50 degrees, + or - 5 degrees. Antenna Gain: 7.0 dBi Nominal
Polarization: Horizontal elliptical. VSWR: 2.5:1 Maximum including any
balun or coupler. Coaxial Connection: Either 1-5/8 inch EIA flange, or
3-1/8 inch EIA flange. Tower Height: Height of tower to be no greater
than one hundred and thirty (130) feet. Dimensions: the maximum
diameter of antenna's radiating elements, or tower guys will be less
than three hundred and fifty (350) feet across. Item 2, One each
Broadband Dipole Antenna, ten kilowatts average, twenty kilowatts peak.
Range: 2 to 30 MHZ, Radiation Patterns: Omni-directional typical,
Polarization: Horizontal, VSWR: 2.5:1 Maximum including any balun or
coupler. Coaxial Connection: Either 1-5/8 inch EIA flange, or 3-1/8
inch EIA flange. Dimensions: the maximum antenna footprint, including
tower guys, is limited to no more than two hundred and fifty (250) feet
measured from extreme tower guy points. Building Materials: All
galvanized steel hardware and components will meet ANSI G90
specifications. All bolts, washers, nuts, and lock washers will be
stainless steel. Environmental Conditions: Installed antenna will
withstand at least one hundred thirty (130) mile an hour winds with no
ice, or fifty (50) mile an hour winds with one half inch of radial
ice. Antenna will be constructed to meet seismic zone four (4)
requirements. Assuming 2500 psf ground capacity, manufacturer will
provide pre-engineering drawings of footing and construction dimensions
and criteria. NOTE: Environmental Conditions apply to Items 1 and 2.
Item 3, One each Omni-directional spiral HF antenna with Rotatable Log
Periodic Antenna (RLPA), Number of Ports: Five. Antenna will allow
simultaneous receive operation on all five antenna ports. Frequency
Range: At least two antenna ports will have a bandpass of 2 to 30 mhz.
RLPA port will have a bandpass of 6.5 to 30 mhz. Radiation Patterns:
Typical azimuth radiation pattern will be omni-directional. Take off
angle for high angle ports shall be 90 degrees, + or - 5 degrees. Take
off angle for low angle ports shall be 45 to 50 degrees, + or - 5
degrees. Antenna Gain: 7.0 dBi Nominal, Polarization: five (5) ports
consisting of; two (2) elliptical (2-30 MHz), one (1) horizontal
(RLPA), one (1) horizontal, one (1) vertical. VSWR: Approximately 2.5:1
including any balun or coupler. Coaxial Connection: Either 1-5/8 inch
EIA flange, or ``N'' type coaxial connector. Tower Height: Height of
tower to be no greater than sixty feet. Dimensions: the maximum
diameter of antenna's radiating elements, or tower guys shall be less
than fifty (50) feet across. Environmental Conditions: Installed
antenna shall withstand one hundred (100) mile an hour winds with no
ice, or fifty (50) mile an hour winds with one quarter inch of radial
ice. Antenna will be constructed to meet seismic zone four (4)
requirements. Assuming 2500 psf ground capacity, manufacturer will
provide pre-engineering drawings of footing and construction dimensions
and criteria. NOTE: The Building Material Requirement applies to Items
1, 2 and 3. Item 4, Cable: Coaxial Transmission Line, 3,000 ft (3
spools X 1000ft/spool). One and five eighths (1-5/8) inch coaxial
cable. Dielectric Material: Air. Power Rating: 25 Kilo Watts @ 30 Mhz.
Impedance: Fifty (50) ohms. Velocity of Propagation: No less than
ninety (90) percent. Attenuation (dB/100ft): Attenuation will be less
than the following: .013 @ 2 Mhz, .014 @ 4 Mhz, .016 @ 6 Mhz, .016 @ 8
Mhz, .017 @ 10 Mhz, .019 @ 12 Mhz. Cable Construction: Inner and outer
conductors will be manufactured of corrugated copper that will allow
for a minimum bending radius of twenty inches. The construction of the
cable will allow for direct burial into the earth without the need of
conduit or piping. Shipping/Delivery: The contractor shall
manufacturer build, test, and ship antennas within one hundred and
twenty (120) days of contract award. All shipping crates, boxes, and
containers shall meet GSA Overseas Packaging requirements. These
antennas shall be delivered FOB destination to: Contracting Officer,
USCG Integrated Support Command, Shipping and Receiving, Bldg. 26,
Kodiak, Alaska, 99619-5018, Marked for COMMSTA Kodiak. The contractor
shall contact SCPO Overton, (907) 487-5744 at least twenty-four hours
in advance to schedule all deliveries. The following FAR provisions
applies to this acquisition: FAR 52.212-1, Instruction to
Offerors--Commercial Items, FAR 52.212-2, Evaluation--Commercial Items
is applicable and includes the following addendum; paragraph (a) is
hereby modified to identify the following evaluation factors; 1)
Conformance with technical requirements; 2) the offeror's proposed
delivery schedule; 3) the offeror's past performance. In determining
which proposal offers the best value to the government, overall price
to the government will be comparable in importance to overall technical
merit. The antenna's technical requirements will be rated as
significantly more important than the offeror's proposed delivery
schedule. The offeror's proposed delivery schedule will be rated as
more important than the offeror's past performance and qualifications.
Between substantially equal proposals, the proposed price will become
the determining factor in selection for award. Between proposals with
different ratings, a determination will be made as to whether the
additional technical merit or benefits reflected by a higher priced
proposal warrants payment of the additional price. FAR 52.212-3,
Offeror Representations and Certifications--Commercial Items, All
offerors are to include with their offer a completed copy of provision,
FAR 52.212-3. (Copies of FAR 52.212-2 and 52.212-3 are available upon
request from the Contracting Officer, FAR 52.212-4, Contract Terms and
Conditions--Commercial Items, applies to this acquisition; FAR
52.212-5, Contract Terms and Conditions Required to Implement Statutes
or Executive Orders--Commercial Items, applies to this acquisition and
the following clauses cited in the clause are applicable to this
acquisition; FAR 52.219-8, Utilization of Small Business Concerns and
Small Disadvantaged Business Concerns (15 U.S.C. 637 (d)(2) and (3)),
52.222-26, Equal Opportunity (E.O. 11246), FAR 52.222-35, Affirmative
Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212),
FAR 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C.
793), FAR 52.222-37, Employment Reports on Special Disabled Veterans of
the Vietnam Era (38 U.S.C. 4212), FAR 52.225-3, Buy American Act--Trade
Agreements Act--Supplies (41 U.S.C. 10), FAR 52.225-9, Buy American
Act--Trade Agreements Act--Balance of Payments Program (41 U.S.C. 10,
19 U.S.C. 2501-2582), FAR 52.247-64, Preference for Privately Owned
U.S. Flag Commercial Vessels (46 U.S.C. 1241). Offers are due on
12-13-96, 2:00 P.M. local time. Offers shall be mailed to: Commander,
Maintenance and Logistics Command Pacific, Bldg. 10, Room 113, Coast
Guard Island, Alameda, CA 94501-5100, Attn: Jewell D. Lee. Offers must
provide at a minimum: (1) solicitation number (2) name, address point
of contact and telephone number of the offeror; (3) terms of any
expressed warranty; (4) price and discount terms; (5) ``remit to''
address if different from mailing address; (6) a complete copy of the
representations & certifications; (7) a statement specifying the extent
of agreement with all terms, conditions and provisions included in the
solicitation; and (8) sufficient technical literature and description
to allow the Contracting Officer to evaluate conformance with the
technical requirements as well as evaluate the offeror's past
performance qualifications and proposed delivery schedule. The
short-term loan program provides working capital at the prime interest
rate, for further information and applicable forms, please call (202)
366-2852. See Note #26. (323) Loren Data Corp. http://www.ld.com (SYN# 0187 19961119\36-0001.SOL)
36 - Special Industry Machinery Index Page
|
|