A07 18q0067 fbo 905361 repair antenna systems

Page 1

REQUEST FOR QUOTATIONS

PAGE

THIS RFQ [ ] IS [ X] IS NOT A SMALL BUSINESS SET-ASIDE

OF PAGES

1

(THIS IS NOT AN ORDER) 1. REQUEST NO.

2. DAT E ISSUED

3. REQUISIT ION/PURCHASE REQUEST NO.

W25G1V-18-Q-0067 5a. ISSUED BY

08-Jan-2018

W25G1V716400TE

4. CERT . FOR NAT . DEF. UNDER BDSA REG. 2 AND/OR DMS REG. 1

14

RAT ING

6. DELIVER BY ( Date)

ACC-APG DIVISION E 11 HAP ARNOLD BLVD TOBYHANNA PA 18466-5100

SEE SCHEDULE 7. DELIVERY [ X ] FOB DEST INAT ION

5b. FOR INFORMATION CALL: ( Name and Telephone no.) ( No collect calls) SANDRA L. CASTANARO 570-615-8885 8. T O: NAME AND ADDRESS, INCLUDING ZIP CODE

[

] OT HER (See Schedule)

9. DEST INAT ION ( Consignee and address, including ZIP Code) SEE BELOW FOR SEPARATE SHIPPING INSTRUCT XXX XXX PA 00000 TEL: FAX:

10. PLEASE FURNISH QUOT AT IONS T O T HE ISSUING OFFICE IN BLOCK 5a ON OR BEFORE CLOSE OF BUSINESS: (Date) 16-Jan-2018 IMPO RTANT: This is a request for information, and quotations furnished are not offers. If you are unable to quote, please so indicate on this form and return it to the address in Block 5a. This request does not commit the Government to pay any costs incurred in the preparation of the submission of this quotation or to contract for supplies or services. Supplies are of domestic origin unless otherwise indicated by quoter. Any representations and/or certifications attached to this Request for Quotations must be completed by the quoter.

11. SCHEDULE (Include applicable Federal, State, and local taxes) IT EM NO. (a)

SUPPLIES/ SERVICES (b)

QUANT IT Y (c)

UNIT (d)

UNIT PRICE (e)

AMOUNT (f)

SEE SCHEDULE

12. DISCOUNT FOR PROMPT PAYMENT

a. 10 CALENDAR DAYS %

b. 20 CALENDAR DAYS c. 30 CALENDAR DAYS % %

NO TE: Additional provisions and representations [ ] are [ ] are not attached. 14. SIGNAT URE OF PERSON AUT HORIZED T O 13. NAME AND ADDRESS OF QUOT ER ( Street, City, County, State, and ZIP Code) SIGN QUOT AT ION

15. DAT E OF QUOT AT ION

16. NAME AND T IT LE OF SIGNER (Type or print)

AUTHORIZED FOR LOCAL REPRODUCTION PREVIOUS EDITION NOT USABLE

d. CALENDAR DAYS % No.

TELEP HONE NO. ( Include area code)

STANDARD FORM 18 (REV. 6-95) Prescribed by GSA FAR (48 CFR) 53.215-1(a)


W25G1V-18-Q-0067 Page 2 of 14 Section Inspection and Acceptance

INSPECTION AND ACCEPTANCE TERMS Supplies/services will be inspected/accepted at: CLIN 0001

INSPECT AT Destination

INSPECT BY Government

ACCEPT AT Destination

ACCEPT BY Government


W25G1V-18-Q-0067 Page 3 of 14 Section Deliveries and Performance

DELIVERY INFORMATION CLIN

DELIVERY DATE

QUANTITY

SHIP TO ADDRESS

DODAAC

0001

POP 19-JAN-2018 TO 28-FEB-2018

N/A

SEE BELOW FOR SEPARATE SHIPPING INSTRUCT XXX XXX PA 00000 FOB: Destination

W25G1V


W25G1V-18-Q-0067 Page 4 of 14 Section B - Supplies or Services and Prices

ITEM NO 0001

SUPPLIES/SERVICES

QUANTITY UNIT UNIT PRICE 1 Lot REPAIR ANTENNA SYSTEMS FFP ANTENNA SYSTEMS ANTENNA NSN: 5985-01-540-8590,P/N 1026- S/N 002 REQUIRES BORESIGHTING. NO KNOWN PROBLEM. POC JIM MARTIN

AMOUNT

WAWF: FRANCIS.A.WANAT.CIV@MAIL.MIL ADMINISTRATOR: SANDRA.L.CASTANARO.CIV@MAIL.MIL WAGE RATES CAN BE FOUND AT WWW.WDOL.GOV DESTINATION ONLY ****SHIPPING CHARGES MUST BE INCLUDED IN UNIT PRICE**** PLEASE INCLUDE LEAD TIME PLEASE EMAIL ALL QUOTES TO SANDRA.L.CASTANARO.CIV@MAIL.MIL TO BE CONSIDERED FOR AWARD FOB: Destination NSN: AASSVC716400TE MILSTRIP: W25G1V716400TE PURCHASE REQUEST NUMBER: W25G1V716400TE

NET AMT

INSPECTION AND ACCEPTANCE TERMS Supplies/services will be inspected/accepted at: CLIN 0001

INSPECT AT Destination

INSPECT BY Government

CLAUSES INCORPORATED BY REFERENCE

ACCEPT AT Destination

ACCEPT BY Government


W25G1V-18-Q-0067 Page 5 of 14 52.209-10 52.212-1 52.222-41 52.222-50 52.222-62 52.223-18 52.232-40 52.245-1 252.203-7000 252.203-7002 252.204-7008 252.204-7012 252.213-7000 252.225-7048 252.232-7003

Prohibition on Contracting With Inverted Domestic NOV 2015 Corporations Instructions to Offerors--Commercial Items JAN 2017 Service Contract Labor Standards MAY 2014 Combating Trafficking in Persons MAR 2015 Paid Sick Leave Under Executive Order 13706 JAN 2017 Encouraging Contractor Policies To Ban Text Messaging AUG 2011 While Driving Providing Accelerated Payments to Small Business DEC 2013 Subcontractors Government Property JAN 2017 Requirements Relating to Compensation of Former DoD SEP 2011 Officials Requirement to Inform Employees of Whistleblower Rights SEP 2013 Compliance With Safeguarding Covered Defense Information OCT 2016 Controls Safeguarding Covered Defense Information and Cyber OCT 2016 Incident Reporting Notice to Prospective Suppliers on Use of Past Performance JUN 2015 Information Retrieval System--Statistical Reporting in Past Performance Evaluations Export-Controlled Items JUN 2013 Electronic Submission of Payment Requests and Receiving JUN 2012 Reports

CLAUSES INCORPORATED BY FULL TEXT 52.209-2 PROHIBITION ON CONTRACTING WITH INVERTED DOMESTIC CORPORATIONS-REPRESENTATION (NOV 2015) (a) Definitions. Inverted domestic corporation and subsidiary have the meaning given in the clause of this contract entitled Prohibition on Contracting with Inverted Domestic Corporations (52.209-10). (b) Government agencies are not permitted to use appropriated (or otherwise made available) funds for contracts with either an inverted domestic corporation, or a subsidiary of an inverted domestic corporation, unless the exception at 9.108-2(b) applies or the requirement is waived in accordance with the procedures at 9.108-4. (c) Representation. The Offeror represents that-(1) It [ ___ ] is, [ ___ ] is not an inverted domestic corporation; and (2) It [ ___ ] is, [ ___ ] is not a subsidiary of an inverted domestic corporation. (End of provision)

52.209-11 REPRESENTATION BY CORPORATIONS REGARDING DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (FEB 2016)


W25G1V-18-Q-0067 Page 6 of 14 (a) As required by sections 744 and 745 of Division E of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), and similar provisions, if contained in subsequent appropriations acts, the Government will not enter into a contract with any corporation that-(1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless an agency has considered suspension or debarment of the corporation and made a determination that suspension or debarment is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless an agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that-(1) It is [      ] is not [      ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability; and (2) It is [      ] is not [      ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision)

52.217-8

OPTION TO EXTEND SERVICES (NOV 1999)

The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 DAYS. (End of clause)

52.222-42

STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 2014)

In compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor (29 CFR part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION Employee Class Monetary Wage-Fringe Benefits WG08, $20.78/HOUR (End of clause)


W25G1V-18-Q-0067 Page 7 of 14

52.222-49 2014)

SERVICE CONTRACT LABOR STANDARDS--PLACE OF PERFORMANCE UNKNOWN (MAY

(a) This contract is subject to the Service Contract Labor Standards statute, and the place of performance was unknown when the solicitation was issued. In addition to places or areas identified in wage determinations, if any, attached to the solicitation, wage determinations have also been requested for the following      . The Contracting Officer will request wage determinations for additional places or areas of performance if asked to do so in writing by the      . (b) Offerors who intend to perform in a place or area of performance for which a wage determination has not been attached or requested may nevertheless submit bids or proposals. However, a wage determination shall be requested and incorporated in the resultant contract retroactive to the date of contract award, and there shall be no adjustment in the contract price. (End of clause)

52.252-2

CLAUSES INCORPORATED BY REFERENCE (FEB 1998)

This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ (End of clause)

252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) (a) Definitions. As used in this clause-Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization. Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall-(1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and


W25G1V-18-Q-0067 Page 8 of 14 (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the “Web Based Training� link on the WAWF home page at https://wawf.eb.mil/. (e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). INVOICE 2 IN 1 (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. DESTINATION (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* -------------------------------------------------------------------------------------------Field Name in WAWF Data to be entered in WAWF -------------------------------------------------------------------------------------------Pay Official DoDAAC HQ0303 Issue By DoDAAC W25G1V Admin DoDAAC W25G1V Inspect By DoDAAC ____ Ship To Code W25G1V Ship From Code ____ Mark For Code ____ Service Approver (DoDAAC) ____ Service Acceptor (DoDAAC) ____ Accept at Other DoDAAC ____ LPO DoDAAC ____ DCAA Auditor DoDAAC ____ Other DoDAAC(s) ____ -------------------------------------------------------------------------------------------(4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request.


W25G1V-18-Q-0067 Page 9 of 14 (5) WAWF email notifications. The Contractor shall enter the email address identified below in the “Send Additional Email Notifications� field of WAWF once a document is submitted in the system. ACCEPTOR: FRANCIS.A.WANAT.CIV@MAIL.MIL ADMINISTRATOR: SANDRA.L.CASTANARO.CIV@MAIL.MIL (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. DAVID.K.KERN2.CIV@MAIL.MIL 570-615-8733 (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause)

AMC-LEVEL PROTEST PROGRAM (JUL 2012) ACC-APG TYD 5152.233-4001 If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible Contracting Officer. However, you can also protest to Headquarters, 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 General Accounting 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 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. Send protests (other than protests to the Contracting Officer) to: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 E-mail: amcprotests@conus.army.mil The AMC-Level Protest Procedures are accessible via the Internet at: www.amc.army.mil/amc/commandcounsel.html. If Internet access is not available, contact the Contracting Officer or HQ, AMC, to obtain the AMC-Level Protest Procedures. (End of clause)


W25G1V-18-Q-0067 Page 10 of 14 Section F - Deliveries or Performance

DELIVERY INFORMATION CLIN

DELIVERY DATE

QUANTITY

SHIP TO ADDRESS

DODAAC

0001

POP 19-JAN-2018 TO 28-FEB-2018

N/A

SEE BELOW FOR SEPARATE SHIPPING INSTRUCT XXX XXX PA 00000 FOB: Destination

W25G1V


W25G1V-18-Q-0067 Page 11 of 14 Section SF30 - BLOCK 14 CONTINUATION PAGE STATEMENT OF WORK

Statement Of Work (SOW) for the Alignment of Parabolic Antenna Assembly of the Unmanned Threat Emitter (UMTE) AN/TPT-T1(V) PN: EMM333 NSN: 5985-01-540-8590 1.0

PURPOSE AND APPLICATION 1.1

2.0

APPLICABLE DOCUMENTS 2.1 2.2

3.0

DRS Requirements Document SP1026-5900 DRS Mechanical Drawing 1026-5900

MATERIALS AND EQUIPMENT 3.1

4.0

The purpose of this SOW is to define the materials, methods, acceptance standards, and delivery of the UMTE Parabolic Antenna and mounting hardware. P/N: EMM333, NSN: 5985-01-540-8590

As defined within this SOW or related specifications referenced within testing parameters.

EVALUATION 4.1

The vendor will remove assembly from packing and perform a visual and mechanical inspection to determine reparability. Inspections shall include as applicable and as a minimal, check for the following discrepancies: A. Loose, damaged, and/or missing hardware B. Bent, sprung, and/or damaged unserviceable mounting brackets C. Damaged mounting holes D. Damaged waveguides, and/or flanges E. Broken and/or cracked welds F. Dents or any other damage to parabolic antenna G. Damage to antenna feeds H. Paint scratches and/or paint flaking NOTE: If item needs to be repainted then verify paint color required with representative from Tobyhanna Army Depot.


W25G1V-18-Q-0067 Page 12 of 14

4.2

The vendor will perform a repair cost evaluation after the visual inspection and notify Tobyhanna Army Depot with repair estimate that includes the asset being returned to Condition Code “A”. Condition Code “A” is defined as a new or refurbished to a like-new condition item. NOTE: If it is to be determined that the refurbishment is beyond the scope of economic repair, the vendor will notify Tobyhanna Army Depot. Tobyhanna Army Depot will then advise the vendor of deposition at that time. Beyond scope of economic repair is defined as 70% of a new cost for P/N:EMM333.

5.0

ANTENNA PRE-ALIGNMENT PREPARATION 5.1 The vendor will repair any mechanical damage to the antenna assembly and replace any missing parts. Dents in the parabola shall be filled in with a conductive filler that will not depreciate antenna performance. Use the Parts, Materials, and Processes (Section 3.3.1) of DRS requirements document SP1026-5900 as a guideline for work standards. 5.2 Antenna assembly paint shall be re-touched or re-coated as necessary to give the antenna assembly an “A” condition appearance. Use paint specified by Tobyhanna Army Depot. 5.3 All stenciling and markings shall be legible conform to DRS mechanical drawing 1026-5900. 5.4 Waveguide assemblies shall be inspected for corrosion and pressure testing in accordance with the waveguide pressure leakage specification outlined in Table 1 “Performance Characteristics” of specifications document SP10265900. 5.5 Repair waveguides as needed. 5.6 Inspect antenna waveguide feed for damage or corrosion. Repair or replace as needed. 5.7 Waveguide assembly shall be VSWR tested after any repairs. If tested as an assembly on the antenna with feed connected the VSWR shall meet the Band A and Band B requirements as outlined in Table 1 “Performance Characteristics” of specifications document SP1026-5900.

6.0

Antenna Alignment 6.1

6.2

Verify that all antenna assembly mechanical dimensions meet those outlined in mechanical drawing 1026-5900. Note that both antenna beams, Bands A and B, must be orthogonal to the antenna mounting plate plane. Verify antenna performance in both frequency bands using a planar near field antenna range. Antenna assembly shall meet all gain, side lobe level,


W25G1V-18-Q-0067 Page 13 of 14

6.3

6.4 6.5

7.0

AL and EL beam widths, polarization, and VSWR requirements outlined in Table 1 “Performance Characteristics”. The Band A and B shall overlap as shown in Figure 1 “Beam Orientation” in specifications document SP1026-5900. Test frequencies documented on test results sent back to TYAD shall, at a minimum, show lowest frequency (FLO), middle frequency (FMID), and highest frequency (FHI) as given in Table 1 “Performance Characteristics”. Ensure that any drain holes or weep holes are pointed towards the bottom of the antenna to prevent water intrusion issues when system is on-site. The mechanical antenna boresight mount shall be aligned orthogonal to the antenna mounting plate and parallel to the line intersecting the antenna beam peak. Alignment shall be accomplished as per the illustration shown in Figure A below.

QUALITY REQUIREMENTS


W25G1V-18-Q-0067 Page 14 of 14

7.1 7.2

7.3

7.4 7.5

7.6

7.7

The vendor will supply Tobyhanna Army Depot with test and alignment data verifying that assembly passed all parameters outlined in the statement of work. Antenna electrical data shall, at a minimum, include for Bands A and B at FLO, FMID, and FHI: 1) VSWR looking into waveguide inputs of fully assembly antenna system 2) Antenna pattern gain 3) Antenna pattern maximum sidelobe levels in both AZ and EL planes 4) Antenna pattern beamwidths in both AZ and AL plans 5) Angle difference between Band A and Band B beam peaks 6) Measured antenna pattern plots in AZ and AL plane cuts. The amplitude data shall be expressed in decibels and angle data in degrees. All antenna pattern plots shall be normalized to amplitude of 0dB. 7) Raw data for AZ and EL plane cuts. Antenna mechanical data shall include the following: 1) Degree error of antenna mounting plate plane from plane orthogonal to antenna beam patterns. Error will be defined in both AZ and EL planes. 2) Degree error of antenna optical line of sight (boresight telescope) from antenna electrical line of sight (antenna beam peaks). Upon return to Tobyhanna Army Depot, assembly MUST pass Tobyhanna Army Depot’s operational testing procedures. If any portion of overhaul and alignment of antenna does not meet the specifications outlined in either this Statement of Work or DRS specifications document SP1026-5900 and cannot be readily repaired the vendor shall confer with Tobyhanna Army Depot Engineering to determine path forward. If any portion of overhaul and alignment of antenna does not meet the specifications outlined in either this Statement of Work or DRS specifications document SP1026-5900 the vendor shall provide any historical data available to Tobyhanna Army Depot Engineering to determine if asset ever passed failed specification. Alignment of the Parabolic Antenna P/N:EMM333 is to conform to all requirements stated within the Statement of Work. --END OF DOCUMENT--


Turn static files into dynamic content formats.

Create a flipbook
Issuu converts static files into: digital portfolios, online yearbooks, online catalogs, digital photo albums and more. Sign up and create your flipbook.