Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 05, 2012 FBO #4029
MODIFICATION

58 -- NGBPS Enclosures

Notice Date
12/3/2012
 
Notice Type
Modification/Amendment
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AAC - Air Armament Center, AAC/PK, 205 West D Avenue, Suite 433, Eglin AFB, Florida, 32542-6864, United States
 
ZIP Code
32542-6864
 
Solicitation Number
FA9201-12-R-0340
 
Archive Date
8/18/2012
 
Point of Contact
Jonathan A. Heitkam, Phone: 5755721245
 
E-Mail Address
jonathan.heitkam@holloman.af.mil
(jonathan.heitkam@holloman.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a revised posting based on additional market research. This is a Pre-Solicitation Notice. The Department of the Air Force, 746 Test Squadron (746 TS) Holloman AFB, NM, has a requirement for the design, fabrication, integration, delivery and installation of a network of at least sixteen (16) Non-GPS-Based Positioning Systems (NGBPS) using both solar and firm power for use on White Sands Missile Range (WSMR), NM. This system will enclose LocataLites, Part Number: ASY:01007-1, firmware, software, and signals. The Locata units have been purchased under a previous contract and will be furnished by the Government. The principle objective of this contract effort is to deploy a network consisting of enclosures which integrate Locata part number ASY:01007-1 into a minimum of 16 enclosed systems. Each system will be environmentally secure, ruggedized semi-permanent/portable enclosures which are able to connect to prime or solar or power (12 to 24 VDC), provide protection from the weather elements between 5% to 100% humidity and temperatures between 0 and 130 degrees F, but maintain an acceptable internal environment to effectively operate the equipment within component manufacturer specifications. They must be maintenance friendly, and house the following characteristics/components: Locata transceivers, amplifiers, meteorological collection devices, power converters/sources, and other equipment required to amplify the signal and communicate with Locata rovers and other transceivers. Each system must be able to remotely power on/off, and transmit system health and test data back to the master station and synchronize all network ground transceiver transmitters. Each element must be integrated and will operate as a system. Multiple systems will operate together as a network. Communication links must be on WSMR approved frequencies with DoD certified equipment. A total of twenty (20) monument sites (2 monuments per site) will be required to be erected at Government designated locations on WSMR. The monument sites will be permanent fixtures suitable for survey applications and durable enough to support both transmit and receive antennas, masts, and the structures. The sites must endure wind and other environmental elements without moving, tipping, etc. Cabling will run through the middle of the monument and connect to the enclosure. The maximum height allowed is two (2) meters and the deployed system must be below the antennas mounted to the monument. Each site will have a meteorological station capable of measuring temperature, pressure and humidity. The main unit will be located in the enclosure or an environmentally protected location. Probes and sensors shall be mounted appropriately for optimal data collection. Command and Control Systems will be installed in two separate and mirrored configurations; one on Holloman AFB, NM and one in a C2 trailer for use at fixed sites on WSMR. These systems will provide the ability to power on and off the network over a distance of 60 miles. Communication links must be on WSMR approved frequencies with DoD certified equipment. A full list of Government Furnished Property (GFP) will be provided with the solicitation. The Government has some components already purchased and will be available to the contractor after award. The Contractor will be responsible for purchasing any additional components needed to ensure all enclosed systems are identical and interchangeable. To ensure Locata components are installed in a manner which protects warrantee coverage, contractors will be required to attain certification as a Locata Technology Integrator (LTI) prior to receipt of GFP. This certification is provided by Locata, Griffith ACT 2603, Australia, and will be the responsibility of the contractor to schedule and pay for certification costs. The Government will not be responsible for any costs incurred by any potential contractor who wish to attain this certification prior to receipt of award. A single award contract is contemplated and will be set-aside for small businesses. Competitive procedures under FAR 15.101-2, Lowest Price Technically Acceptable Source Selection Process will be utilized. The North American Industry Classification System (NAICS) code for this requirement is 334220, Radio and Television Broadcasting and Wireless communications Equipment Manufacturing. The associated Small Business Size Standard for NAICS 334220 is 750 employees. The Government anticipates utilizing a Firm Fixed-Price (FFP) contract. The Government expects to post the solicitation on FedBizOpps on or around 18 Dec 2012. An Ombudsman has been appointed to address concerns of offerors or potential offerors. The Ombudsman does not diminish the authority of the Program Manager or Contracting Officer, but communicates contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. When requested, the Ombudsman shall maintain strict confidentiality as the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. matters of routine or administrative nature concerning this acquisition should not be addressed to the Ombudsman, but rather to the Contracting point of contract identified below. The Ombudsman is Col Douglas W Jaquish, AFTC/CV, 1 South Rosamond Boulevard, Edwards AFB, CA 93524; his phone number is (661)277-2810. Collect calls will not be accepted. Matters of routine or administrative nature concerning this acquisition should be addressed to the Contracting Officer, Mr. Jonathan Heitkam, telephone 575-572-1245 or email jonathan.heitkam@holloman.af.mil. No costs will be paid for any charges incurred in responding to this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AAC/FA9201-12-R-0340/listing.html)
 
Place of Performance
Address: Holloman AIr Force Base and White Sands Missile Range, Holloman AFB, New Mexico, 88330, United States
Zip Code: 88330
 
Record
SN02940881-W 20121205/121203233939-8546b3db4d43141e638cb881d61615a9 (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.