SOURCES SOUGHT
D -- Positioner Maintenance Contract
- Notice Date
- 5/17/2011
- Notice Type
- Sources Sought
- NAICS
- 517919
— All Other Telecommunications
- Contracting Office
- CECOM Contracting Center, Fort Huachuca (CECOM-CC), ATTN: AMSEL-AC-CC-S, Building 61801, Room 3212, Fort Huachuca, AZ 85613-6000
- ZIP Code
- 85613-6000
- Solicitation Number
- W91RUS-11-X-EPG4
- Response Due
- 5/31/2011
- Archive Date
- 7/30/2011
- Point of Contact
- Anthony Isom, 520 538-6326
- E-Mail Address
-
CECOM Contracting Center, Fort Huachuca (CECOM-CC)
(anthony.isom@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Positioner Maintenance Contract Statement of Work (SOW) 1.0 General Description Support and upgrades for multiple positioners and positioner controllers systems used at the Antenna Test Facility (ATF) at the Electronic Proving Grounds (EPG) located at Fort Huachuca Arizona to control various positioning systems used at the ATF. The following antenna test ranges positioners shall be supported; 1.1 Positioning control systems and their point of origin from the control point. 1.Arc Range Azimuth Elevation from the ARC Control Room 2.Compact Range Azimuth, Elevation from the Compact Range Control Room 3.Low Observable Tower (LOT), Y Axis West face from the ARC control Room, Y axis facing the East table from the ARC Control Room and/or the LOT Control Room 4.East Range azimuth axis from the ARC Control Room and/or the LOT Control Room 5.Field Probe stand alone system or from any of the control rooms 2.0 Description of Positioning System Support This contract is for the support of existing (and future systems described below) positioners and their controller used to move antenna systems in a defined coordinate system. This contract does not cover parts or systems currently under warranty by their manufacturers. These systems are used at the ATF for antenna measurements. Telephone hours given below are Arizona Standard time. Telephone support is defined as trouble shooting any failures through verbal information communicated between the ATF and the potential vendor either through telephone communications, by email, courier or postal carrier and is executed by government personnel. Other support is executed by the vendor. This contract is for support in terms of vendor labor and travel expenses in support of maintenance/repair only and does not include any required supplies or parts which shall be furnished by the government. Should the failure be software related then the vendor shall provide a recommendation (if known) for repair of the software in question and is excused from the failure response. 2.1 The following antenna test ranges positioner and positioner control systems shall be supported; 1.Arc Range 2.Compact Range (future capability) 3.Low Observable Tower (LOT) 4.East Range 5.Field Probe 6.Small Arc Range (future capability) 2.2 Support shall encompass the following hours; 1.Telephone assistance; with a response time of 4 hours after receipt of phone call requesting assistance Monday through Friday 0600 to 1800 hours (excluding holidays). Period of time outside of these hours shall be considered as a 0600 hour call the following day except for Friday afternoon or on a weekend day. 2.Telephone assistance; with a response time of Monday morning by 0800 after receipt of phone call requesting assistance on Friday after 1800 hours including Saturday and Sunday. 3.Vendor shall remain actively involved in the reported problem (after the initial contact) until the problem is resolved to the satisfaction of the government. 4.A telephone number shall be made available to the government for this contract that allows the government to either speck directly to a qualified vendor staff member or leave a message that will grant access to a qualified vendor staff member in the times given above. 5.Emergency calls: in the event that an active measurement system fails during a critical measurement the vendor shall make every effort to respond within a 6 hour window regardless of the time of the day or the day of the week. If an onsite visit is required then the vendor shall be represented on site at the ATF within 48 hours (clock hours representing 2 calendar days) after the initial call. 2.3 Support shall include 6 site visits to the ATF for a 1 week (including travel time) defined as 5 working days (Monday-Friday based on a minimum of 8 working hours) for periodic maintenance or emergency repairs. This site visit will be schedule upon a mutually agreed time during the period of performance given below. It is anticipated that 6 weeks are used for routine maintenance or emergency calls. Periodic maintenance definitions are defined below. 3.0 Period of Performance: 1.July 1, 2011 to June 30, 2012 (Base Period) 2.July 1, 2012 to June 30, 2013 (Option 1) 3.July 1, 2013 to June 30, 2014 (Option 2) 4.0 Description of Positioner Systems currently installed at the ATF; 1.Arc Range - Azimuth and Elevation 2.Compact Range - Polarization and Azimuth 3.LOT - East and West face Y axes (2 systems) 4.East Range - Azimuth 5.Field Probe - Y axis 6.Small Arc - Z, polarization, elevation, radius, and azimuth 5.0 Description of Positioner/Positioner Control Systems: 1.Arc Range - Custom positioner, AeroTech control system 2.Compact Range - TBD Custom positioner, AeroTech control system 3.LOT - Custom positioners (2 each), AeroTech, control system 4.East Range - Custom positioner, AeroTech control system 5.Field Probe - Custom positioner, AeroTech control system 6.Small Arc - Custom positioners, AeroTech control system 6.0 Description of Periodic Maintenance Requirements: 1.Load Tuning - Tuning of the positioner at the current loading shall be verified. Transfer of this knowledge on how to tune these ranges shall be made between the vendor and the government. 2.Load Tests - Load testing of the 2 LOT systems shall be performed once per year. 3.Field Probing - All active ranges shall be field probed every 2 years. Results shall be written in a report that shows the amplitude and phase taper of the range as a function of frequency. This report shall also define the contribution of these tapers to the error over the useable frequency range of the test range. 4.Identification of components that need replacement from a failure or are obsolete. Identification and installation of a modern replacement part. 5.Identification of a spare parts list of components that need to be on hand to maintain this range's operational status in a ready state for 24/7 operation. 6.Training of ATF staff on the efficient or safe operation of this facility if an inefficient or un-safe operation is noted. Training of the ATF staff on any new or different measurement techniques. Any training will require approval from the ATF Range Chief. 7.Maintenance of the AeroTech positioner controller systems on each range. 8.Wiring modifications as needed. 9.Recommendations for replacement of obsolete parts and modifications to the positioner, RF or software systems that will improve the accuracy or efficiency of these measurements, 10.Report of visit to include work performed, repairs parts used and recommendations for improvements (if any). 7.0 Miscellaneous; 1.Vendor shall be familiar with the CompuQuest software version currently installed at the ATF, 2.Vendor shall be familiar with far-field and spherical near-field antenna measurements as described in ANSI/IEEE Std 149-1979, and IEEE Std 145-1993. 3.Vendor shall be familiar with the electro mechanical systems that move and control the movement of each axis. 4.Vendor shall be familiar with the RF system used at the ATF; These RF Systems are based on an Agilent PNA-X measurement system. 5.Training described above on ATF systems, software or instrumentation is not the responsibility of the government and is not part of this contract. 6.The Government may supply a Crane, 120 Feet Manlift and a forklift proving the assets and an operator are available. If these items are not available in the time frame requested by the vendor than it is the vendors responsibility to provide these tools. 7.The vendor is expected to provide any hand tools or instruments needed for this maintenance, however if a specialize instrument is requires and the ATF has this instrument then it may be utilized providing it is available.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/7e88648cd1c3ce2e45d68a5de5daa39b)
- Place of Performance
- Address: CECOM Contracting Center, Fort Huachuca (CECOM-CC) ATTN: AMSEL-AC-CC-S, Building 61801, Room 3212 Fort Huachuca AZ
- Zip Code: 85613-6000
- Record
- SN02450076-W 20110519/110517234758-7e88648cd1c3ce2e45d68a5de5daa39b (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 |