Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 01, 2024 SAM #8130
SOURCES SOUGHT

66 -- REQUEST FOR INFORMATION - Advance Traversing Antenna Tower

Notice Date
2/28/2024 10:03:42 AM
 
Notice Type
Sources Sought
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
FA9302 AFTC PZZ EDWARDS AFB CA 93524-1185 USA
 
ZIP Code
93524-1185
 
Solicitation Number
02282024
 
Response Due
3/5/2024 12:00:00 PM
 
Archive Date
03/07/2024
 
Point of Contact
Adam Confer, Suzanna Kussman
 
E-Mail Address
adam.confer.2@us.af.mil, suzanna.kussman@us.af.mil
(adam.confer.2@us.af.mil, suzanna.kussman@us.af.mil)
 
Description
REQUEST FOR INFORMATION (RFI) � Advance Traversing Antenna Tower Description(s):�SOURCES SOUGHT SYNOPSIS/REQUEST FOR INFORMATION FOR: Advance Traversing Antenna Tower THIS IS A MARKET SURVEY FOR INFORMATION ONLY.� THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPISIS.� NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS SYNOPSIS OR ANY FOLLOW-UP INFORMATION REQUESTS.� THE PURPOSE OF THIS SYNOPSIS IS TO GAIN KNOWLEDGE OF POTENTIALLY QUALIFIED SOURCES AND THEIR SIZE CLASSIFICATIONS (SMALL BUSINESS, LARGE BUSINESS, ETC.). PLEASE DO NOT REQUEST A COPY OF A SOLICITATION, AS ONE DOES NOT EXIST.�� 1.� Purpose. This is a sources sought synopsis in support of Market Research being conducted by the United States Air Force to identify potential sources for an Advanced Traversing Antenna Tower (ATAT), which will be a vital piece of test equipment used at the Benefield Anechoic Facility (BAF) to transmit and receive electromagnetic signals at multiple elevations 2.� Requirement. This requirement mut be met in accordance with the attached requirements document. This acquisition anticipates seeking a contractor who can provide an Advanced Traversing Antenna Tower (ATAT). This tower will be collecting highly complex antenna patterns from installed radar warning receivers (RWR). Multiple elevation measurements are required to be made simultaneously. The system under test (SUT) will be placed in the center of the anechoic chamber and rotated. The SUT will be rotated in azimuth with the precision of 0.1 degrees while antennas on the ATAT measure amplitude and phase from the antennas on the SUT in both horizontal and vertical polarizations. The BAF is large enough such that these measurements can be done in the far field.� 3.� Information requested. The Government requests interested offerors that can fully support this requirement furnish the following information: 1. Company name, DUNs number and Cage Code, address, points of contact, phone numbers and e-mail addresses. 2. Information should include a brief description of experience in providing the type of support described above. The information package must be clear, concise, and complete. The Air Force is under no obligation to provide feedback to the company, or to contact the company for clarification of any information submitted in response to this request. 3. Identification of business size (small or large) and identify the socioeconomic disadvantaged category, as defined the Federal Acquisition Regulation FAR Part 19 and also currently listed in the System for Award Management (SAM). Small business size standards are published by the U.S. Small Business Administration (SBA) and may be found at www.sba.gov/size/sizetable2002.html. The potential North American Industry Classification System (NAICS) codes assigned to this procurement is 334515 �Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals� and the Small Business Size Standard is 750 employees. 4. Any other information deemed useful to the Air Force. Information packages should be limited to no more than 1 pages. 4.� Inquiries. Any qualified and interested companies responding to this announcement must be able to support all areas. NO partial support responses from industry will be accepted. Any inquiries are due on or before 3 March 24, 2024 at 12:00pm PST. The due date and time for responses to this synopsis is 12:00pm Pacific Standard Time on 5 March 2024. Please send all responses via email to the Contracting Officer: Adam R. Confer at adam.confer.2@us.af.mil and the Contract Specialist: Suzanna Kussman at suzanna.kussman@us.af.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/483ad65be3cb43cc9dca61c5c143d288/view)
 
Place of Performance
Address: Edwards, CA 93524, USA
Zip Code: 93524
Country: USA
 
Record
SN06980508-F 20240301/240228230101 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.