SOURCES SOUGHT
58 -- Market Survey for Source of Supply for NSN 5985-01-449-3240 High Gain Antenna and NSN 5985-01-463-6558 Lightweight Antenna
- Notice Date
- 3/25/2010
- Notice Type
- Sources Sought
- Contracting Office
- CECOM Contracting Center (CECOM-CC), ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
- ZIP Code
- 07703-5008
- Solicitation Number
- MARKET-SURVEY-4809-1
- Response Due
- 4/9/2010
- Archive Date
- 6/8/2010
- Point of Contact
- Harold Schwake, 000-000-0000
- E-Mail Address
-
CECOM Contracting Center (CECOM-CC)
(harold.schwake@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- FOR MORE INFORMATION CONTACT: Stanley Chan, Electronics Engineer, (732) 532-1862 This market survey is to locate sources for two different types of the Ultra High Frequency (UHF) Satellite Communications (SATCOM) Antennas: High Gain Antenna, NSN: 5985-01-449-3240 and Lightweight Satellite Antenna, NSN: 5985-01-463-6558. Both antennas are foldable UHF SATCOM antennas designed for portability, high gain, and easy of use. Both antennas shall have the capability of operating with the AN/PSC-5, AN/PSC-3, AN/PSC-7 (MST-20 Plus), AN/PSC-10 (LST-5A/B) and AN/PRC-117F or equivalent ground, shelter or manpack Satellite communication systems. Both antennas shall be deployable 2000 times or operated at fixed locations for extended periods of time by military troops in all possible military environments. Detailed technical drawings for the manufacture and acceptance of these antennas are not available from the Army. The only technical data available are the product specifications for each antenna. The Government intends to award a new five-year, Indefinite Delivery Indefinite Quantity contract for these antennas. The current source for these antennas is Trivec-Avant Corporation, CAGE 60188. Potential sources of supply must be able to supply both the High Gain Antenna and the Lightweight Antenna, and must be able to meet or excess the following Government technical and delivery requirements for these antennas. Technical Requirements for High Gain Antenna (NSN 5985-01-449-3240): On Axis Gain 9.6 dBic @ 244 MHz 14.4 dBic @ 318 MHz Operating Frequency (typical)240 to 320 MHz Polarizationright hand circular Impedance50 Ohm VSWR1: 1.5 max Axial Ratio 3 dB max at half power point Power Handling200 Watts CW Operating Temperature-25 to 125 degrees F Storage Temperature-70 to 160 degrees F RF Cables2 each, 12.5 ft long Antenna Connector male, N type Cable Connectorsmale and female N type Tripod with AZ and EL axisAZ rotation 180 degrees EL rotation 0 to 70 degrees (The antenna shall have a positive locking mechanism and readout markings (in degrees) to maintain the elevation setting. The antenna tripod legs shall be adjustable to various lengths to allow for antenna deployment over rough uneven terrains.) Deployment Time3 minutes or less (by a single person wearing arctic gloves) Antenna and Tripod Finishdull black - Suitably protected against corrosion due to environments found anywhere in the world. Wind (operational)Up to 80 MPH Antenna System Weight20 lbs or less Heavy Duty Carrying CaseOverall length of the carrying case shall not exceed 37 inches. Total weight of the carrying case including its contents (antenna, tripod, cables and pocket size users manual) shall not exceed 40 pounds. The carrying case shall be capable of withstanding the rigors of military handling during transportation Delivery Requirements for High Gain Antenna (NSN 5985-01-449-3240): The supplier must have the capability to deliver 150 units each per month on a routine basis and the additional capability to surge production to 188 units per month. The supplier must have the capability to begin delivery within 30 days after award of delivery orders. First Article Test (FAT) will be required for a supplier, which has not previously supplied this antenna to the Government, or has not performed FAT on this antenna for an extended period of time since its last deliveries to the Government. With First Article Requirements, the supplier shall be capable to deliver a minimum 50 units each 240 days after contract (DAC), 150 units each 270 DAC and 150 units each month thereafter until completion. Technical Requirements for Lightweight Antenna (NSN 5985-01-463-6558): Operating Frequency (typical)240 to 320 MHz Antenna Gain (Nominal) 8.5 to 10.5 dBic Polarizationright hand circular Impedance50 Ohm Voltage Standing Wave Ratio1.5 to 1 or less Axial Ratio 3 dB at half power point Operating Temperature-25 to 160 degrees F Storage Temperature-54 to 250 degrees F Power Handling200 Watts CW RF Cable1 each, 10 ft long Antenna Connector BNC male pigtail type Cable Connectorsmale and female BNC Tripod with Elevation AxisEL rotation 0 to 90 degrees (The antenna shall have a locking mechanism to maintain the elevation setting. The antenna tripod legs shall be adjustable to various lengths to allow for antenna deployment over rough uneven terrain.) Deployment Timeone minute or less (by a single person wearing arctic gloves) Antenna System Finishdull black - suitably protected against corrosion due to environments found anywhere in the world. Wind (operational)Up to 80 MPH Total Antenna System Weight3.4 lbs Maximum Carrying Case Carrying Case shall be made of soft, water-resistant material, color dull black, and shall not excess 4.5 inches in diameter and 9 inches in length. Delivery Requirements for Lightweight Antenna: The supplier must have the capability to deliver 300 units each per month on a routine basis and the additional capability to surge production to 375 units per month. The supplier must have the capability to begin delivery within 30 days after award of delivery orders through the life of the contract. First Article Test (FAT) will be required for a supplier, which has not previously supplied this antenna to the Government, or has not performed FAT on this antenna for an extended period of time since its last deliveries to the Government. With First Article Requirements, the supplier shall be capable to deliver a minimum 50 units each 240 days after contract (DAC), 300 units each 270 DAC and 300 units each month thereafter until completion. Suppliers capable of meeting the Government requirements of both antennas must so indicate and provide proof of their ability, in response to this market survey, to the procuring activity. Written responses shall be sent to HQ, CECOM LCMC, ATTN: RDER-PRC-MC (Stanley Chan), Building 1202W, Fort Monmouth, New Jersey 07703-5023. Response via electronic media using Microsoft Office 2000 products (i.e., Microsoft Word and Excel), and Adobe Acrobat (Portable Document Format) is preferable and acceptable. The response must include documentation such as the drawings or sketches of both antennas with supporting technical data, the certified test data of these antennas, copy of purchase order if the supplier was a vendor to the listed source or a statement from 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 and current supplier. Successful supplier may be required to warrant that the items supplied will satisfactorily perform when used for the purpose intended by the Army. Pertinent information received will be evaluated by the Government technical personnel for the purpose of determining whether any alternative sources exist with the products to meet the Government technical and delivery requirements as specified above, and whether to conduct a competitive procurement for these antennas. The Government will not compensate for any information received. Prospective suppliers response with inadequate documentations to demonstrate their capability of producing these particular antennas will be not evaluated and the supplier will not be considered as a potential alternative source. The final decision by the Government to adapt the acquisition strategy for these antennas, sole source or competitive is based upon the responses to this notice and is solely within the discretion of the Government. Technical questions shall be sent to the above address or through email to Stanley Chan, email: Stanley.U.Chan@us.army.mil. The deadline for response to this notice is April 09, 2010. Stanley.U.Chan@us.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/51fb0a9d46c28494be26f01dff1aab38)
- Place of Performance
- Address: CECOM Contracting Center (CECOM-CC) ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
- Zip Code: 07703-5008
- Zip Code: 07703-5008
- Record
- SN02102610-W 20100327/100325235023-51fb0a9d46c28494be26f01dff1aab38 (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 |