Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JUNE 29, 2001 PSA #2883
SOLICITATIONS

58 -- ACTIVE RECEIVE MONOPOLE ANTENNAS

Notice Date
June 27, 2001
Contracting Office
SPAWARSYSCEN-Charleston, PO Box 190022, N. Charleston, SC 29419-9022
ZIP Code
29419-9022
Solicitation Number
N65236-01-R-RFI3
Response Due
July 17, 2001
Point of Contact
Kathryn P. Breitkreutz, Code 1116 843-218-5933
E-Mail Address
SPAWARSYSCEN Charleston (breitkrk@spawar.navy.mil)
Description
The NAVY is seeking information regarding active receive monopole antenna's in the 1 -- 30 Megahertz range. The antennas will be used to support the Programmable High Frequency Adaptive Receive System (PHFARS) at its Tactical Support Centers worldwide through the use of available non-developmental-item (NDI) or near-ND technologies in conjunction with advanced PHFARS receivers. In preparation, the Command, Control, Computers, Communications, Surveillance and Reconnaissance (C4ISR) Division, of the SPAWAR Systems Center in Charleston, South Carolina (SSC) is compiling information about compact, active (28Volt @ 640MA), 10-30dB Gain, 50 Ohm, receive only, monopole antenna's (1-3 meters tall) that provide performance equivalent to larger passive antennas (equivalent to 25 & 35 FT whips). Gathered information will be used to provide the Navy a catalogue of available NDI or near-NDI components and systems through which the performance of current PHFARS installations can be improved. It is the desire of the Navy to consider new technology that offers improved capabilities with minimal impact to the integration of the PHFARS user equipment within C4ISR community. Interest in an advantageous product will be followed by subsequent inquires to the contributor. Product information is desired for all components; such as, antennas, antenna electronics, amplifiers, connectors, mounting brackets, ground planes, cables, and power supplies. Power supplies must feed the antenna through the RF cable without interference due to in-line lightning arrestors. The antennas must be weather sealed and made of materials that can withstand shipboard environments. The respondent should provide as a minimum the following information: (1) physical and functional description of the item being offered (size, weight, and external interfaces); (2) performance description and specifications of the item; (3) if possible state how the item can be integrated within existing or planned Navy systems and when it will be available; (4) if possible, include cost of item or technology now and anticipated in the future with further development; Even though this program aims toward Navy-specific installations, organizations that have contributed to similar solicitations by other DOD branches or Government agencies should respond here as well to assure exposure of their technology to the Navy. This announcement is a request for information and no contract will be awarded pursuant to this announcement. There is no bid package or solicitation document associated with this announcement. The requested information is for planning purposes and does not constitute a commitment, implied or otherwise, that procurement will be issued. However SPAWAR and the Navy will utilize the information for technical and acquisition planning. It is recognized that cost information that is provided by the contractor is a preliminary estimate for planning purposes; the contractor will not be bound to these estimates. Subsequent acquisitions may follow in the ways that best meet Navy needs. The government invites comments related to possible purchase or acquisition strategies. If there is a GSA or other contract vehicle already available for the technology being proposed, please include this information in the response. All data received in response to this RFI marked or designated, as corporate or proprietary information will be fully protected from release outside the government. Responses shall be submitted to SPAWARSYSCEN, Charleston, Code 1116, PO Box 190022, North Charleston, SC 29419-9022, or by electronic mail. Responses must include the following: (1) name and address of firm, (2) size of business: average annual revenue for past 3 years and number of employees, (3) ownership: Large, Small, Small Disadvantaged, 8(a) and/or Woman-Owned: (4) number of years in business: (5) two points of contact: name, title, phone, fax and e-mail: (6) DUNS Number (if available): (7) affiliate information: parent corporation, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime), (8) a list of customers covering the past 5 years: highlight relevant work including a summary of work performed, contract number, contract type, dollar value for each customer reference, and customer point of contact with phone number. It is not the intent of SSC to reimburse providers for the cost of submitting information in response to this RFI. Please direct any questions via e-mail to the POC, Michael J. Lyons, and (lyonsm@spawar.navy.mil) to be beneficial; interested parties should submit any applicable information by July 17, 2001 via electronic transmission to the POC, or via two (2) complete sets of hard copy materials to the above address. In addition, parties who wish to do so may schedule a one-on-one information-gathering presentation for SPAWAR and SSC Charleston representatives, by contacting the POC. The overall presentation will not last longer than two hours. Such presentations, if scheduled, may take place at the Charleston SC offices of SPAWAR and during the months of July and August 2001 with exact timing and location to be mutually arranged. Parties are advised that SPAWAR is encouraging frank discussions and will ask clarifying questions but will not respond with comments or results of meetings. Parties will be expected to discuss their anticipated responses to specific considerations listed in this announcement.
Record
Loren Data Corp. 20010629/58SOL006.HTM (W-178 SN50Q1O5)

58 - Communication, Detection and Coherent Radiation Equipment Index  |  Issue Index |
Created on June 27, 2001 by Loren Data Corp. -- info@ld.com