Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 21, 2014 FBO #4653
SOURCES SOUGHT

59 -- AH System Antenna

Notice Date
8/19/2014
 
Notice Type
Sources Sought
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, Florida, 32925-3238, United States
 
ZIP Code
32925-3238
 
Solicitation Number
FA2521-14-Q-B325
 
Archive Date
8/31/2014
 
Point of Contact
Keona L Franklin, Phone: 3214949958, Craig S. Davis, Phone: 3214943668
 
E-Mail Address
keona.franklin@us.af.mil, craig.davis.1@us.af.mil
(keona.franklin@us.af.mil, craig.davis.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR PROPOSAL BUT INFORMATION AND PLANNING PURPOSES ONLY! It does not constitute a solicitation and/or quote and is not to be construed as a commitment by the Government. The Request for Quotation (RFQ) number is FA2521-14-Q-B325 shall be used to reference any written responses to this sources sought. Patrick Air Force Base anticipates a requirement that is being considered under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed 334220. The size standard for NAICS is 750. The requirement is to provide: Log Periodic Antenna; Frequency: 290 MHz - 2000 MHz (Model SAS-510-2); Qty: 2 Double Ridge guide horn Antenna; Frequency: 700 MHz - 18 GHz (Model SAS-571); Qty: 2 Tuned Dipole; Frequency: 25 MHz - 70 MHz (Model FCC -1); Qty: 2 Tuned Dipole; Frequency: 65 MHz - 180 MHz (Model FCC-2); Qty: 2 Tuned Dipole; Frequency: 170 MHz - 340 MHz (Model FCC-3); Qty: 2 Salient Characteristics: Model SAS-510-2 Frequency Range: 290 to 2000 MHz Antenna Factor: 14 - 32 dB Maximum Continuous Power: 1000 Watts Maximum Radiated Field: 200 V/m Impedance: 50 RF Connector: Type N female VSWR: 1.45:1 typical Gain: 6.5 dBi Pattern Type: Directional 3dB beam width (E-field): 45 3dB beam width (H-field): 100 Mounting Base: ¼ x 20 Thread, Female Receive and Transmit Individually Calibrated (1, 3, 10 Meter calibration, horizontal polarization) Rugged Construction Model SAS-571 Frequency Range: 700 MHz to 18 GHz Antenna Factor: 22 - 44 dB Maximum Continuous Power: 300 Watts Maximum Radiated Field: 200 V/m Impedance: 50 RF Connector: Type N female VSWR: 1.6:1 typical (3.5:1 max) Gain: 1.4 to 15 dBi Pattern Type: Directional 3dB beam width (E-field): 48 3dB beam width (H-field): 30 Mounting Base: ¼ x 20 Thread, Female Individually Calibrated Linear Polarized High Gain, Low VSWR Model FCC-1 Frequency Range: 25 MHz to 70 MHz Balun Loss: <0.5dB Maximum Continuous Power: 300 Watts Impedance: 50 W RF Connector: Type N female F.C.C Antenna Balum Design Omni-Directional, Receive and Transmit Individually Calibrated (1, 3, 10 Meter calibration, horizontal polarization) Rugged Construction with low balun loss, low VSWR Model FCC-2 Frequency Range: 65 MHz to 180 MHz Balun Loss: <0.5dB Maximum Continuous Power: 200 Watts Impedance: 50 W RF Connector: Type N female F.C.C Antenna Balum Design Omni-Directional, Receive and Transmit Individually Calibrated (1, 3, 10 Meter calibration, horizontal polarization) Rugged Construction with low balun loss, low VSWR Model FCC-3 Frequency Range: 170 MHz to 340 MHz Antenna Factor: 22 to 44 Gain: 1.5 dBi Balun Loss: <0.5dB Maximum Continuous Power: 90 Watts Impedance: 50 W VSWR: 1.3:1 RF Connector: Type N female F.C.C Antenna Balum Design Omni-Directional, Receive and Transmit Individually Calibrated (1, 3, 10 Meter calibration, horizontal polarization) Rugged Construction with low balun loss, low VSWR What is the purpose of the item(s): The equipment monitors a designated area for surrounding interferring and ptentially hazardous frequencies. The government is interested in all small businesses including (8(a), Historically Underutilized Business Zone, Service Disabled Veteran Owned Small Businesses (SDVOSB), or, if applicable based on NAICS code, Economically disadvantaged women-owned small busines (EDWOSB) Women Owned Small Businesses (WOSB) that are interested in performing this requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, or SDVOSB, WOSB, EDWOSB, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. The Government will use this information in determining its small business set-aside decision." As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), SDB, WOSB, VOSB, etc.). All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of commercial sales-and product specifications related to this effort. Also indicate if you are the manufacturer, or provide the name and size of the manufacturer of the product(s) you will be supplying. Respondents are further requested to indicate their status as a Foreign-owned/foreign-controlled firm and any contemplated us of foreign national employees on this effort. Include in your capabilities package your DUNS, Cage Code, and System for Award Management expiration date. Responses may be submitted electronically to the following e-mail address: 45cons.lgcb.e-bids@us.af.mil; by mail to 45 CONS/LGCB, Attn: FA2521-14-Q-B325, 1201 Edward H. White II Street, Bldg. 423, Room N206, Patrick AFB, FL 32925-3238; or by Fax to 321-494-1843. RESPONSES ARE DUE NO LATER THAN 27 AUG 14.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA2521-14-Q-B325/listing.html)
 
Place of Performance
Address: Cape Canaveral Air Station, Cape Canaveral, Florida, 32925, United States
Zip Code: 32925
 
Record
SN03471788-W 20140821/140820001048-02fd004bad5c8e825c2dea223e725104 (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.