To place a bid or register go to Unison Marketplace

View Details for Buy # 1125164_01

View Other Versions: 1125164 

General Buy Information

Buy #: 1125164_01  
Solicitation #: NTC11ACRASF0003
Buy Description: Direction Finding Antenna System
Category: 58 -- Communication, Detection, and Coherent Radiation Equipment
Sub Category: 5865 -- Electronic Countermeasures, Counter-Countermeasures and Quick Reaction Capability Equipment
NAICS: 334220 -- Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
SAM Contract Opportunity: Yes (If Yes, buys prior to 11/2019 were posted to FBO)
Set-Aside Requirement: Small Business
Buyer: MICC End User
End Date: 01/18/2023
End Time: 15:30 ET
Seller Question Deadline: No Seller Question Deadline Set
Delivery: 30 Day(s) - Preferred (No. of calendar days after receipt of order (ARO) by which Buyer prefers Seller to deliver)
Repost Reason: No Repost Reason provided.
Please Note: Repost Reason is provided as a courtesy only. Sellers are responsible for reviewing and complying with all Buy Specifications regardless of Repost Reason.

Line Item(s) Template - Optional

You have the option of entering Bid information manually by clicking Start Bid or you can prepare your Bid in an Excel spreadsheet by clicking Download Template. Complete the template using the instructions provided in the spreadsheet and save the file to your computer. When complete, login to Unison Marketplace and click Start Bid. Proceed to the Line Items screen to upload the information.

Line Item(s)

Item No Description Qty Unit
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
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 <5°, 20MHz to 150MHz and <2°, 150MHz to 600MHz; A LOB rate of 10 LOBs p/s for 1000-system and 14 LOBs p/s for 4000-system; Navigation support for compass and GPS; Operating temperatures of -4°F to +140°F (-20°C to +60°C); Array sizes: Erected: 47.5in. (120.7cm)H x 29in. (73.7cm)D (includes tripod) and Stowed: 30in. (76.2cm)H x 7in. (17.8cm)D; Weight variations: <14.71lbs. (6.67kg) and <13.79lbs. (6.25kg). 1 EA
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
004 Cable DF antenna system adaptor for DRT3300 A cable adaptor to enable connection between DF antenna and DRT 3300. 1 EA

Bidding Requirements

Instructions
Open Market bids are accepted in this solicitation; however, please refer to the specifications below, including 'Set-Aside Requirement' provision, for additional requirements.
The Buyer is allowing Sellers to submit bids for alternate items, provided those items meet all of the salient physical, functional, or performance characteristics specified by this solicitation. Sellers MUST enter exactly what they are bidding (including make, model and description) into the blank description field in order for the bid to be considered. The Buyer will evaluate 'equal' items on the basis of information furnished by the Seller or identified in the bid and reasonably available to the Buyer. The Buyer is not responsible for locating or obtaining any information not identified in the Bid.
The Buyer is requiring that any rebid must be lower than the 'current bid price' by this amount. The reduction is based on the total order and must be satisfied within the rebid minimum.
Buyer intends to issue award using a purchase order, delivery order, or purchase card. If utilizing a purchase card, Buyer will communicate account information to Selected Seller outside of the Marketplace.
This solicitation is a Small Business Set-Aside and only qualified Sellers can bid.
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.
Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the buyer to respond. Questions can be submitted by using the 'Questions & Responses' link. Questions not received within a reasonable time prior to close of the solicitation may not be considered.
Unless otherwise specified in the Buy Terms, below, Bid must be good for 30 calendar days after close of Buy and shipping must be free on board (FOB) destination CONUS (Continental U.S.)

Buy Terms

Name Description
Unfunded Requirement 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.
Provisions 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.
Clauses 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.
SAM Registration 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 Shipping is FOB Destination CONUS (CONtinental U.S.).
New Equipment New Equipment ONLY. NO USED OR REMANUFACTURED PRODUCTS WILL BE ACCEPTED.
Quote Submitted Quotes will be valid for 45 days after the auction closing.
Request for Quote This solicitation is issued as a Request for Quotation (RFQ), not an invitation for bid (IFB).).
FARsite IAW FAR 52.252-2 Clauses Incorporated by Reference, for the extended description here is the website: https://www.acquisition.gov/
NAICS & Size Standard 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
AMC-Level Protest Program 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.
Service Terms: "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"
Provision 252.209-7999 Representation by Corporations Regarding an Unpaid Tax Liability or a Felony Conviction under any Federal Law.
Provision 252.232-7006 Wide Area WorkFlow Payment Instructions
Clause 252.204-7012 252.204-7012 Safeguarding of Unclassified Controlled Technical Information
PALLETIZATION 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.
Basis of Award 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 No multiple awards will be made. Quotes received through Unison Marketplace will be evaluated and awarded on an “all-or-nothing” basis.
Clause 252.232-7006 Wide Area WorkFlow Payment Instructions
Vendor Questions 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.
Buy American Act 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*****
Provision 52.204-26 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.
Clause 52.204-25 Reporting During Contract Performance
52.222-26 Equal Opportunity

Shipping Information

City State   Zip Code
Fort Irwin CA   92310

Seller Attachment(s): Required

MANDATORY_-_52_204-26
MANDATORY_-_BUY_AMERICAN_ACT_Provision

Buy Attachment(s)

No. Document Name   Document Size
001 MANDATORY_-_BUY_AMERICAN_ACT_Provision.docx   13 KB
002 MANDATORY_-_52_204-26.docx   13 KB