Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 17, 2013 FBO #4162
SOLICITATION NOTICE

58 -- Request for Information (RFI) for CATR Upgrade

Notice Date
4/15/2013
 
Notice Type
Presolicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
 
ZIP Code
08733-5083
 
Solicitation Number
N68335-13-R-0223
 
Archive Date
6/1/2013
 
Point of Contact
Robert T. Boggi, Phone: 7323237753
 
E-Mail Address
robert.boggi@navy.mil
(robert.boggi@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for Information for Compact Antenna Test Range (CATR) System Upgrade SOLICITATION NUMBER: N68335-13-R-0223 GENERAL INFORMATION: Document Type: Request for Information Classification Code: 58 - Communication, Detection, and Coherent Radiation Equipment NAICS Code(s): 334220 Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing Contracting Office Address: Department of the Navy, Naval Air Systems Command Naval Air Warfare Center Aircraft Division - Lakehurst Contracts Navy Department Hwy. 547 Attn: B562-3C Lakehurst, NJ, 08733-5083, United States REQUEST FOR INFORMATION: PURSUANT TO FAR 15.201(e) BACKGROUND/PURPOSE: The Naval Air Warfare Center Aircraft Division (NAWCAD), Integrated Communications and Information Systems (ICIS) Division, in support of the Program Executive Office for Integrated Warfare Systems (PEO IWS), is surveying the commercial community for all interested parties, and is soliciting information and comments from industry, regarding Compact Antenna Test Range (CATR) equipment, to ensure it meets performance specifications needed for Navy fleet operation. The existing CATR components require replacement or upgrade as they are either obsolete or very near end of life. The goal of this RFI is to explore industry interest in this requirement. The Government is seeking industry input to assist in identifying vendors who are capable of providing the types of products and solutions described below. Please note the Government will NOT be responsible for any costs incurred by interested parties responding to this RFI. THIS IS A REQUEST FOR INFORMATION ONLY. This RFI is issued solely for information and planning purposes and does not constitute a solicitation. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. REQUIREMENTS: The CATR system consists of an anechoic chamber with an antenna positioning system, interconnecting cables, and control room/console containing a Scientific Atlanta, Inc. (SAI) Model 2083E Antenna Analyzer. Equipment components are located in both the Anechoic Chamber and the adjacent Control Room-Console at Naval Warfare Center Aircraft Division, Webster Outlying Field, St. Inigoes, MD. The CATR System Upgrade will address, at a minimum, the upgrade or replacement of the following components, and associated cabling, hardware, and software: SAI PART # DESCRIPTION LOCATION within CATR 2186 Frequency Synthesizer Anechoic Chamber 1783 Receiver (1780 Series) Control Room -Console 1581-2-6-10 Pattern Recorder (1580 Series) Control Room -Console 1885 Position Indicator Control Room -Console 2012A Position Programmer Control Room -Console 4181-1 Positioner Controller (2 pieces) (1) 4180A Remote Control Unit Control Room -Console (2) 4181A-1 SCR Amplifier Unit Anechoic Chamber 2180 Signal Source (2 pieces) (1) 2180 Signal Source Control Unit Control Room -Console (2) 2180 Signal Source Mainframe Anechoic Chamber 2013 Synchro Select Unit Control Room -Console A30897l Feed Positioner Anechoic Chamber 53230B-20 Test Positioner Anechoic Chamber 220738 Local Control Unit (4180) Anechoic Chamber The upgrades to, or replacements of, the components identified above, including the Scientific Atlanta 2083 E Antenna Analyzer System and all associated cable changes, shall: a) Enable the upgraded CATR system to test and evaluate the performance of all Antennas Under Test (AUT) when the AUT is operating within a frequency range of 4-18 Ghz. The AUTs are typically associated with the AN/SRQ-4 radio terminal set. Specific required parameters which are required to be measured and results provided for are as follows: • Azimuth Side Lobe Level, Beamwidth and Sum Mechanical Error Data Acquisition • Analysis of "AZ Sum Error" Data • Elevation Side Lobe Level, Beamwidth and Sum Mechanical Error Data Acquisition • Analysis of "EL Sum Error" Data • Azimuth Null Error Data Acquisition and Analysis • 0 Degree Null • Phase Data Analysis • 180 Degrees Azimuth Null Mechanical Axis Error Data Acquisition • Analysis of Azimuth Null Mechanical Boresight Error Data (Comparison of 0 Null Data Versus 180 Null Data) • Cross Coupling Data Acquisition • Cross Coupling Scan at + 2.7 Degree Elevation • Cross Coupling Scan at Zero Degree Elevation • Cross Coupling Scan at - 2.7 Degree Elevation • Cross Coupling Analysis • Analysis of the +2.7 deg Scan • Analysis of the Zero deg Scan • Analysis of the -2.7 degree Scan • Axial Ratio Data Acquisition • Axial Ratio at Zero Degrees Azimuth • Axial Ratio at Lower Elevation Half-Power (LEHP) Point, Data Acquisition • AR at LEHP Point (Receive Frequencies) • AR at LEHP Point (Transmit Frequency) • Axial Ratio at Upper Elevation Half-Power (UEHP) Point, Data Acquisition • AR at UEHP Point (Receive Frequencies) • AR at UEHP Point (Transmit Frequency) • Axial Ratio Data Analysis • Axial Ratio at Boresight Analysis • Axial Ratio at UEHP Point, Analysis • Axial Ratio at LEHP Point, Analysis • Acquisition of Gain Data • Signal Gain Horn (SGH) Gain Data Acquisition • AUT Gain Data Acquisition • AUT Gain Data Analysis • VSWR Data Collection and Analysis b) Provide numerical and graphical results for each performance test. All AUT results shall be capable of being saved in an electronic file and shall be capable of being printed. c) Be compatible with or directly correlate to the CATR system's existing data formats. New components must be currently available as commercial off the shelf products. DOCUMENTS The following specifications, standards, instructions, and directives are incorporated by reference. Compliance with the detail, standards, specifications or policy contained in these documents is essential in the performance of this effort. a. 5706 Compact Range Probing Characterization Report b. ANSI/ASQ ISO-9001:2008, Quality Management Systems Requirements Standards c. ANSI/NCSL Z540-1-1994 Part II General Requirements for Calibration Laboratories and Measuring and Test Equipment d. Automated Test Program - NADKEYS, part number 307467 rev. D e. Clause 5252.217-9509 Liability for Government Property Undergoing Services, Repairs or Modifications f. MIL-HDBK-454A, General Guidelines for Electronic Equipment g. SP8006-8084 Components Specification Azimuth Monopulse Azimuth Assembly TECHNICAL DISCUSSION: Respondents should provide information that supports their ability to perform the work described above, as well as: • Training up to six personnel on the use of the upgraded CATR system. • Providing an operator's manual for the upgraded system. • Providing test reports describing any verifications from specifications, and how they were resolved. • Perform calibration as often as required for the CATR system equipment to remain within calibration at all times. All equipment needed to perform the CATR system calibration shall be provided by the contractor. The test equipment provided by the contractor to perform the calibration shall be in current calibration, by means traceable to the NIST. • Provide CATR system calibration and maintenance services for a base one year period and four optional one year periods. ADDITIONAL INFORMATION In response to this RFI, respondents shall submit written responses, not-to-exceed ten (10) pages in length via electronic mail. Product specification, sketches, or listings of authorized distributors are not to count as part of the page count. The Government is interested in receiving vendors' commercial published price lists for items they believe meet the need in this RFI, as well as, identification of long lead item(s), sub-systems(s), or systems(s). Supplying price data does not imply a contractual obligation and must be provided as a separate document, marked as PRICE DATA, and sent only to the contracts points of contact identified below. The Government does not intend to award a contract on the basis of this request or to otherwise pay for the information solicited. While the Government intends to use this information for future acquisition planning purposes, it will not release any information about your approach that might in any way compromise your competitive posture or proprietary information. The Government will not use any information provided to level your approach relative to another competitor. All information received in response to this RFI that is marked PROPRIETARY will be handled accordingly. The Government will not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Responses to this RFI will not be returned. Respondents will not be notified of the result of the review. **PLEASE NOTE: The Government intends to use contracted support contractors from SAIC to assist with review and analysis of responses to this RFI. Each contractor will be responsible for obtaining Non-Disclosure Agreements (NDAs) from each respondent to this RFI. Failure to respond to this RFI does not preclude participation in any future associated RFP/RFQ that may be issued. Information provided in no way binds the Government to solicit or award a contract. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOps) website: www.fbo.gov. It is the potential vendor's responsibility to monitor this site for the release of any follow-on information. HOW TO RESPOND: Please submit your response to this RFI (not to exceed 10 pages) via email no later than 12:00 PM E.S.T Wednesday May 17, 2013 to the following individual: Mr. Robert Boggi - Robert.boggi@navy.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-13-R-0223/listing.html)
 
Place of Performance
Address: Naval Air Warfare Center Aircraft Division, St. Inigoes, Maryland, 20684, United States
Zip Code: 20684
 
Record
SN03036668-W 20130417/130415234526-9146bafd77f9f4908a3ca6e778abc6ce (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.