California Bids > Bid Detail

58--Direction Finding Antenna System

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 58 - Communications, Detection and Coherent Radiation Equipment
Opps ID: NBD00159809987698062
Posted Date: Dec 13, 2022
Due Date: Jan 18, 2023
Solicitation No: NTC11ACRASF0003
Source: https://sam.gov/opp/5b47e08e9a...
Follow
58--Direction Finding Antenna System
Active
Contract Opportunity
Notice ID
NTC11ACRASF0003
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
MISSION & INSTALLATION CONTRACTING COMMAND
Sub Command 3
419TH CSB
Office
W6QM MICC-FT DRUM
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Dec 13, 2022 11:39 am EST
  • Original Published Date: Dec 12, 2022 12:39 pm EST
  • Updated Date Offers Due: Jan 18, 2023 03:30 pm EST
  • Original Date Offers Due: Jan 18, 2023 03:30 pm EST
  • Inactive Policy: Manual
  • Updated Inactive Date: Jul 17, 2023
  • Original Inactive Date: Jul 17, 2023
  • Initiative:
    • None
Classification View Changes
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 5865 - ELECTRONIC COUNTERMEASURES, COUNTER-COUNTERMEASURES AND QUICK REACTION CAPABILITY EQUIPMENT
  • NAICS Code:
    • 334220 - Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
  • Place of Performance:
    B Ave. BLDG. 188 , CA 92310
    USA
Description View Changes
AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is NTC11ACRASF0003 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-01. The associated North American Industrial Classification System (NAICS) code for this procurement is 334220 with a small business size standard of 1,250.00 employees. This requirement is a Small Business Set-Aside and only qualified offerors may submit bids.

The solicitation pricing on https://marketplace.unisonglobal.com will start on the date this solicitation is posted, and, unless otherwise displayed at https://marketplace.unisonglobal.com, will end on:

2023-01-18 15:30:00.0 Eastern Time. This time supersedes the Offers Due Time listed above.

FOB Destination shall be Fort Irwin, CA 92310

The MICC End User requires the following items, Brand Name or Equal, to the following:
LI 001: Direction Finding Antenna System - 100MHz to 3000MHz
A Direction Finding (DF)Antenna System which is tactical, man-portable, and provide high sensitivity. Must be compatible with Digital Receiver Technology, Inc. (DRT) 3300 receiver and can locate the source emitters for signals in the 100 MHz to 3000 MHz frequency range. The DF antenna system must be effective against conventional radio signals and all cellular formats that the DRT receiver can receive. The system must not only perform commutated DF for most signals of interest, but also perform Instantaneous DF (IDF) on short-duration signals. The DF antenna system must be able to connect with the DRT receiver using coaxial RF and control cabling. Additionally, the system must have two auxiliary RF connectors on the antenna, allowing it to be joined and used in concert with a Low Frequency Extender (LFE) which extends the low frequency range down to 20 MHz and improves performance in the 100 to 600 MHz range. The DF antenna system must include an external top-mounted ultra-wideband omni antenna, an option to add a separate LFE Intercept Antenna, an integrated electronic compass, and an integrated GPS antenna. The system must provide the flexibility to be mounted in a variety of ways and must be weather-resistant for continuous outdoor operation and water-resistant/wind-driven rain to 1 meter for a minimum period of 30 minutes. The DF antenna system must have the following features and specifications: Manpack, tripod, and vehicle mount standard; Can be adapted for airborne or shipboard use; Auxiliary port for use with optional LFE; Broad frequency range: VHF, UHF; Mapping and geolocation embedded software; Capable of tracking multiple targets; must be able to take geolocation data such as LOBs, Timing Advance or Time of Arrival data; Display the data on a map or image; software must calculate and displays real-time updated geolocation estimates (fixes), their respective uncertainty ellipses, and filtered data; ability to export data to KML file format; Logs fix data to comma separated (CSV) file; Live stream visible data to Google Earth; Accepts maps in all formats supported by ESRI ArcGIS; Software allows imagery, custom markers and towers to be added on digital map; DRT 3300 receiver compatibility; Includes a TNC connector mounted on the top of the radome for an omni-intercept antenna; LFE option, the LFE intercept antenna must be able to attach to the LFE frame and connects via cable; Must be adaptable to mount on fixed site and vehicle mount (pole mount) standard; Must provide for this minimum power consumption: 12 W typical. 14 W max; DF Accuracy (RMS Error):≤ 2°600–3000 MHz, ≤ 4°100–600 MHz, ≤ 2°20–600 MHz(LFE option); LOB rate of 10-32 LOBs per second; Compass and GPS navigation; Operating temperatures of -4°F to+140°F(-20°C to +60°C); Array size of 10.30 in.(26.16 cm)W x10.68in.(27.13cm)D x7.32in.(18.59cm)H; Weight approximate 7.96lbs.(3.61 kg)., 1, EA;
LI 002: Direction Finding Antenna Augment - 20MHz to 600MHz
A direction finding (DF) which augments and provide frequency coverage from 20 MHz to 600 MHz with high sensitivity and excellent DF accuracy. Must be rugged, lightweight, and has an integrated tripod. The DF antenna must have a collapsible mechanism allowing ease of deployment, storage and transport. The antenna must provide for tactical, man-portable use and compatible with a circular array antenna system used with DRT 3300 receiver and transceiver systems for DF. The DF antenna may be operated in a standalone mode or to augment another DF antenna system. The DF antenna must have the following features and specifications: Must have a BF2 or BF3 module installed in the middle of the array; Tactical employment; Rugged; Man-portable; Light-weight with integrated tripod; Collapsible for ease of storage and transport; highly sensitive and accurate for low frequencies down to 20 MHz; Must support tracking of multiple targets; DRT 3300 receiver compatibility; Mapping and geolocation capable; Must provide beamformer for stand-alone employment; Must be able to augment other DF antennas; Power consumption from 3W to 12W; Must provide cable equalization amplifiers optimized for BF2 with 25 ft., 50 ft., and 75 ft. and optimized for BF3 with 6 ft., 12 ft., and 25 ft; Must provide a DF accuracy of LI 003: Cable DF power and control for DRT 3300
A power cable to provide the DF antenna control and management of functions. Key features: Must have a female Bayonet connector at the end of cable to connect with DF antenna and an RS-232 and 12V power on the radio end., 1, EA;
LI 004: Cable DF antenna system adaptor for DRT3300
A cable adaptor to enable connection between DF antenna and DRT 3300., 1, EA;

Solicitation and Buy Attachments

***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at https://marketplace.unisonglobal.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.***

For this solicitation, MICC End User intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison Marketplace. Unison Marketplace has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. MICC End User is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at https://marketplace.unisonglobal.com. There is no cost to register, review procurement data or make a bid on https://marketplace.unisonglobal.com. Offerors that are not currently registered to use https://marketplace.unisonglobal.com should proceed to https://marketplace.unisonglobal.com to complete their free registration. Offerors that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerors may not artificially manipulate the price of a transaction on https://marketplace.unisonglobal.com by any means. It is unacceptable to place bad faith bids, to use decoys in the https://marketplace.unisonglobal.com process or to collude with the intent or effect of hampering the competitive https://marketplace.unisonglobal.com process. Should offerors require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com.Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive.
This is currently an unfunded requirement with a high expectation that funds will be available. When and if funds become available a contract will be awarded at that time.

The offeror must comply with the following commercial item terms and conditions: FAR 52.252-1, Solicitation. Provisions Incorporated by Reference; FAR 52.212-1, Instructions to Offerors; 52.212-3, Offeror Representations and Certifications; FAR 52.211-6, Brand name or Equal.

The following clauses apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions – Commercial Items. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, apply: 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer--System for Award Management. 52.233-4, Applicable Law for Breach of Contract Claim; The following DFARS clauses apply: DFARS 252.04-7004, Alternate A System for Award Management; 252.211-7003, Item Identification and Valuation; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.232-7010, Levies on Contract Payments; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance Of Payments Program; 252.225-7036, Buy American Act -- Free Trade Agreements -- Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests; 252.247-7023, Primary and ALT III, Transportation of Supplies by Sea.

IAW 52.204-7 System for Award Management (SAM) Registration (July 2013), the offeror must be registered in SAM and fully input their Representations and Certifications for a complete record. Information can be found at http://www.sam.gov or by calling 866-606-8220, or 334-206-7828 for international calls. 52.204-13 - System for Award Management Maintenance

Shipping is FOB Destination CONUS (CONtinental U.S.).

New Equipment ONLY. NO USED OR REMANUFACTURED PRODUCTS WILL BE ACCEPTED.

Submitted Quotes will be valid for 45 days after the auction closing.

This solicitation is issued as a Request for Quotation (RFQ), not an invitation for bid (IFB).).

IAW FAR 52.252-2 Clauses Incorporated by Reference, for the extended description here is the website: https://www.acquisition.gov/

The associated North American Industrial Classification System (NAICS) code
for this procurement can be found. The small business size
standard for that NAICS code can be found at https://www.sba.gov/sites/default/files/files/Size_Standards_Table.pdf

5152.233-4000 AMC-LEVEL PROTEST PROGRAM (Feb 2014) (LOCAL CLAUSE) Prior to submitting an agency protest, it is preferable that you first attempt to resolve your concerns with the responsible contracting officer (Phone: (315)772-7272 or Email: usarmy.drum.acc-micc.mbx.micc@mail.mil). However, you may also file a protest to the Headquarters (HQ), Army Materiel Command (AMC). The HQ AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 35 calendar days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the HQ AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below.

Headquarters U.S. Army Materiel Command

Office of Command Counsel-Deputy Command Counsel

4400 Martin Road

Rm: A6SE040.001

Redstone Arsenal, AL 35898-5000

Fax: (256) 450-8840 or email usarmy.redstone.usamc.mbx.protests@mail.mil

The AMC-Level Protest procedures are found at: https://www.amc.army.mil/Connect/Legal-Resources/.

If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures.

"52.204-9, Personal Identity Verification of Contractor Personnel; 52.204-10,
Reporting Executive Compensation and First-Tier Subcontract Awards; 52.222-41, Service Contract Act; 52.237-2, Protection of Government
Buildings, Equipment and Vegetation; 252.201-7000, COR Clause; 252.223-7006,
Prohibition On Storage And Disposal Of Toxic And Hazardous Materials;
252.243-7001, Pricing of Contract Modifications; 252.246-7000, Material
inspection and receiving report"

Representation by Corporations Regarding an Unpaid Tax Liability or a Felony Conviction under any Federal Law.

Wide Area WorkFlow Payment Instructions

252.204-7012 Safeguarding of Unclassified Controlled Technical Information

All deliveries shall be palletized when the material exceeds 250 lbs. (excluding the pallet), or exceeds 20 cubic feet, to comply with the requirements of Department of the Army Pamphlet 700-32 and MIL-STD-147E.

IAW FAR 52.212-2; Evaluation - Commercial Items, the following factor shall be used to evaluate offers: technical capability of the item offered to meet the Government requirement and price. Technical capability is a pass fail requirement. Evaluation is based on a lowest price technically acceptable.

No multiple awards will be made. Quotes received through Unison Marketplace will be evaluated and awarded on an “all-or-nothing” basis.

Wide Area WorkFlow Payment Instructions

Please address your questions through the Unison Marketplace buy. If your questions are not being answered in a timely manner, please send your question to the S2P2 Contracting Officer - usarmy.drum.acc-micc.mbx.micc@army.mil or call 315-772-5582.

In accordance with DFAR provision 252.225-7000 Buy American Act--Balance of Payments Program Certificate, I certify that each end product, except those listed in paragraphs (c)(2) or (3) of the attached provision, is a domestic end product.
****YOU MUST FILL OUT THE ATTACHED IF OTHER THAN DOMESTIC END PRODUCT IF YOU DO NOT FILL IT OUT AND YOU DELIVER OTHER THAN A DOMESTIC END PRODUCT YOUR DELIVERY WILL NOT BE ACCEPTED********** ****READ DFARs Clause 252.225-7001 to ensure your product comes from a QUALIFYING COUNTRY******* ****IF YOU QUOTE A PRODUCT OTHER THAN DOMESTIC FROM A NON-QUALIFYING COUNTRY YOUR QUOTE WILL NOT BE ACCEPTED*****

Representation and Representation Disclosures

The form(s) included in the buy must be returned with your quote. Failure to return the form(s) with your quote will result in your quote not being considered for award.

Reporting During Contract Performance

Equal Opportunity
Attachments/Links
Contact Information
Contracting Office Address
  • KO DIRECTORATE OF CONTRACTIN 45 WEST STREET
  • FORT DRUM , NY 13602-5220
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >