The RFP Database
New business relationships start here

PEDESTALS AND RISERS FOR AN EXISTING SOLAR RADIO FLUX MONITORING SYSTEM


Pennsylvania, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

TITLE: PEDESTALS AND RISERS FOR AN EXISTING SOLAR RADIO FLUX MONITORING SYSTEM

NOTICE NUMBER: Toby12SEP19


CLASSIFICATION CODE: 59 - Electrical and Electronic Equipment Components


PRODUCT SUPPLY CODE: 5985 - Antennas, Waveguides, and Related Equipment


NAICS CODE: 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing


POSTING DATE: 12 September 2019


DISCLAIMER:
THIS IS A REQUEST FOR INFORMATION (RFI) NOTICE. This is not a solicitation. This request for capability information does not constitute a request for proposal (RFP).
This Request for Information (RFI) is issued solely for market research information and planning purposes only and does not constitute a solicitation. Responses will be treated as information only and will not be used as a proposal. The information submitted in response to this RFI may be used to help the Government further define its requirements.
In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. The Government does not intend to make an award on the basis of this RFI.


Companies responding to this RFI are advised their response does not ensure participation in future solicitations or contract awards. The government will not reimburse participants for any expenses associated with their participation in this RFI. All information received in response to this RFI that is marked proprietary will be handled accordingly. Responses to this RFI that indicate that the information therein is proprietary, or represents confidential business information, will be received and held in confidence. Proprietary information submitted, as part of responses to the RFI, should be clearly identified and it will be treated as such. The Government reserves the right to follow up on a one-on-one basis with RFI respondents to gain additional information or clarity about information submitted.


1.0 PURPOSE AND OBJECTIVES:
Tobyhanna Army Depot (TYAD) is issuing this RFI as a means of conducting market research to determine the availability of industry and academic sources with the capabilities and capacity to provide engineering solutions and/or research and development with respect to the monitoring of solar radio flux levels performed by the Air Force. The result of this market research will contribute to determining the appropriate level of applied research and/or advanced technology investment within the context of sustaining the existing system. It will also inform the method of procurement for any future investment. The applicable North American Industry Classification Systems (NAICS) code assigned to this effort is: 334511.

2.0 SUMMARY OF SYSTEM:
TYAD is seeking potential sources with the capability to provide solutions for four sites relating to the future of the US Air Force (USAF) Radio Solar Telescope Network (RSTN). The four sites included in this network are located in Massachusetts, USA, Oahu, HI, USA, Western Australia, and Italy. Each site monitors meteorological sunrise through sunset in their respective locations, therefore allowing 24 hour continuous coverage of radio emission from the sun. The collected data is a component of the USAF mission to monitor space environment impacts on the performance of communications, navigation, surveillance, and detection systems.


The existing system monitors two types of data. First, a provision of 802-channel radio spectra continuous from 25 to 180 MHz (merged from a bi-conical antenna below 75 MHz and a Yagi-Uda antenna above 75 MHz) with a cadence of 3 seconds. Secondly, and currently the focus of this market research, the system collects continuous flux-calibrated 1-second-cadence measurements at eight distinct fixed frequencies: 245, 410, 610, 1415, 2695, 4995, 8800 MHz, and 15.4 GHz. These eight frequencies are received/monitored by three antennas and eight separate receivers. These which track solar movement on two axes, elevation and azimuth throughout a 24 hour cycle.
The antenna network consists of a 28-foot parabolic reflector, a 3-foot reflector, and an 8 foot reflector. Weighing approximately 3000 lbs, the 28-foot parabolic reflector is mounted on an independent pedestal and riser, while utilizing a log periodic feed to accommodate the reception and monitoring of 245, 410, and 610 MHz frequencies.


Currently, the 3 foot and 8 foot reflectors are mounted on a shared pedestal and riser unit with an approximate combined weight of 500 lbs. The 3 foot reflector receives and monitors 15.4 GHz, whereas the 8 foot reflector receives/monitors 1415, 2695, 4995, 8800 MHz frequencies.
The focus of this market research is to obtain a replacement pedestal, riser, and/or drive system for both the 28-foot reflector, along with the 3-foot and 8-foot reflectors. The system is aging and main components for the pedestals are obsolete, without an available replacement.


These antennas are operational systems that spend on average 12 hours at each site tracking solar activity on a daily basis. TYAD would like to achieve a viable replacement solution that will remain operational by following the prescribed maintenance schedule for a minimum of twenty (20) years.


3.0 PROJECT REQUIREMENTS:


TYAD is providing the following as an overall review of what currently exists on the systems in the field, along with additional requirements that have been added due to past experience with the system. All of the following requirements may not necessarily be included upon posting of a solicitation. This notice is to provide market research as to what is currently available, versus what would need to be developed to assist the RSTN subject matter experts decide what will be needed should a solicitation be posted.


3.1 General Requirements:
• Pedestal for 28-foot reflector to meet specifications laid out in Table 1-1
• Adaptor to mount/attach current 28-foot reflector to pedestal unit
• Pedestal for 3-foot and 8-foot reflectors as laid out in Table 1-1
• Adaptor to mount/attach current 3-foot and 8-foot reflectors to pedestal unit
• Risers to meet elevation requirements
o For 28-foot reflector in azimuth: Min height at rim of reflector = 57 ft from base
o For 3-foot and 8-foot reflector in azimuth: Min height at rim of reflector = 25 ft from base
• Elevation and azimuth mount for 28-foot reflector
• Elevation and azimuth mount for 3-foot and 8-foot reflector
• Dual Gear Drive - Zero Backlash
• Maintenance access via ladder with appropriate safety tie off points
• Maintainable/sustainable for minimum of 20 years
• Exterior equipment to withstand the environmental concerns of four separate sites to include oceanic environments and heavy winter conditions
• Maximum Power Required: Ref Table 1-2
• Continuous Power Required: Ref Table 1-2


3.2 Documentation Requirements:
• Provide detailed maintenance/sustainment plans
o Detailed maintenance schedule
o Detailed controller system check schedule
o Grounding points of system - including design of grounding plane
o Commercial off the shelf (COTS) parts for failures/replacements
o Replacement hardware specifications
o Corrosion control maintenance plan
• Up to date technical documents to assist in sustainability
• Installation/Removal procedures for sustainable components and hardware


3.3 Transition/Phase-In Requirements:
• Provide software package for pedestal controller as early as possible
• Organization to provide team during installation
• Participate in weekly teleconferences
• Provide 24/7 technical assistance via phone/email for five (5) years to accommodate sites in different time zones throughout the installation/transition


3.4 Safety Requirements:
• Failsafe Brakes
• Safety Switch (Run/Safe)
• Stow Pins w/Interlocks
• Hand wheels with Interlocks


3.5 Controller Requirements:
• NEMA 4 Enclosure
• 19" Rack Mount (Ref Page 1-17)
• Hand Controls (Ref Page 1-17)
• Digital Readouts - Required (Ref Page 1-17)
• Distance between Controller User Interface and Pedestal: varies at each location.
o Minimum - 75 ft.
o Maximum - 200 ft.
Please review the provided requirements and environmental specifications in Table 1-1 and 1-2. These are minimum requirements to achieve an operational system comparable to the current system.
Table 1-1: Required Pedestal Specifications
Table 1-2: Leading Particulars and Environmental Factors


4.0 OTHER IMPORTANT CONSIDERATIONS
Due to the locations of the RSTN sites, there is a major temperature difference between the extremes. In order to implement a single solution at all four sites, there may be a requirement for a heating unit to be provided at the Massachusetts site and air conditioning units supplied at all locations.


5.0 SUBMISSION REQUIREMENTS FOR CAPABILITY STATEMENT:


5.1 Capabilities Requested
Any interested organizations are invited to submit a capability statement in writing in response to this notice. The organization should be able accomplish either or both of the following criteria:
(i) Demonstrate the ability of the organization to provide a cost-effective solution for continued operation for the collection of the eight frequencies using the existing 28-foot, 3 foot, and 8 foot reflectors as described above in Section 2.0. If ultimately solicited, the successful offeror will be required to devise a pedestal and mounting solution at all four RSTN sites. There are minor differences in the weight of the three reflectors at each individual site, but the differences would not hinder the use of a single solution for all sites.
(ii) Demonstrate the capability of the organization to provide solutions for an operational solar radio emission monitoring system taking into account the issues described in Section 2.0. This can take the form of documented experience with similar systems, or the outline of a proposed architecture with sufficient detail that it can be assessed for its ability to meet USAF needs with regard to capability, sustainability and affordability.


5.2 Qualifications
Capability statements received should highlight the organization's qualifications to take on the workload in this notice. Respondents should highlight their understanding of the system requirements, capability to meet these requirements, similar experience with previous projects, and their proposed method of achievement.
• Understanding of system requirements - Express specific instances in which you assisted a customer with collecting/monitoring data in a similar situation.
• Capability to meet system requirements - Section 3.0 provides a general overview of the pedestal requirements. Tables 1-1 and 1-2 list the minimum pedestal requirements and environmental specifications for the RSTN system, respectively. Please review and document any requirements/specifications that cannot be met.
• Ability to design or provide a cost effective solution - Ideally, both the pedestal operating the 28 foot dish and the pedestal would be of the same design to limit issues with configuration management of the sites and allow for ease in piece part management. Include examples of how this could be achieved.
• Past experience - Provide an outline of previous similar projects; specifically where a customized solution was provided to meet the customer's requirements. Outline extensive experience with and the ability to perform the requested tasks
• Method of achievement -Interested organizations are requested to identify challenges and risks associated with meeting the requirements as stated in this notice, along with a high-level plan to minimize those risks. Any other specific and relevant information about this particular area of procurement that would improve the government's knowledge of interested organizations' capabilities. Documentation may include, but not be limited to, contracts both Government and commercial, identification of the organization for whom the work was performed (include government points of contact both technical and contractual), references, (i.e. names, titles, telephone numbers), and any other information serving to document the organization's capability, e.g., awards, commendations, etc.


5.3 Format
For clarity and consistency, TYAD requests that responses are provided in .pdf or .doc format and do not exceed ten (10) pages using 12 point Arial font. Capability statements must include the name of the organization (or organizations, if teaming), at least one point of contact, address(es) of organization(s), phone number(s), email address(es), website address(es), NAICS code(s), and size/type of ownership for the organization(s).


5.4 Small Business Specification Requirements
Please specify any claimed socio-economic status such as, but not limited to, the following: a small business, 8(a) certified program participant business, small disadvantaged business, veteran-owned business, service-disabled, veteran owned business, HUBZone small business, women-owned small business, or large business. Capability statements addressing the particulars of this effort should be supplied with appropriate documentation supporting claims of both organizational and staff capability.
A small business may submit a capability statement that includes the expertise of large business partner companies under a teaming arrangement. If a teaming arrangement exists, the response to this RFI notice must clearly define the portion of work that will be performed by each organization. Please reference FAR clause 52.219-14 entitled, "Limitations on Subcontracting (Jan 2017)", stating that a minimum of 50% of the total cost of all services provided must be incurred by or for personnel of the small business. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements in their capability statement/documentation.

6.0 SUBMISSION INSTRUCTIONS & CONFIDENTIALITY:


Responses to this notice shall be provided via email to the TYAD POCs listed below, no later than 1500 EST on 02 October 2019. Late submissions will not be accepted or considered after the stated timeframe.


If you have technical or contracting question(s) prior to submission, please send your written questions via an e-mail to the technical POCs listed below only.


Organizations responding to this notice may be contacted by the technical POCs to clarify or provide additional information to the data submitted. No feedback or evaluations will be provided to companies regarding their submissions. Considerations will be for United States based companies only.


Please mark any and all classified, confidential, or proprietary information in the organization's response accordingly. TYAD reserves the right to use any/all information submitted by, or obtained from, an interested organization in the creation of a competitive solicitation. Please note, if a solicitation, or multiple solicitations, are posted in the future, they will be issued by separate solicitation number(s) on Fed Biz Ops.



Jenny Battenberg
Mechanical Engineer
Ph: 570-615-5804
Jenny.battenberg.civ@mail.mil


Jason Evans
Electronics Engineer
Ph: 570-615-8023
Jason.p.evans3.civ@mail.mil


 


John E Thomas, Contracting Specialist, Phone 5706159720, Email john.e.thomas.civ@mail.mil - Matthew A. Chase, Contracting Officer, Phone 5706157870, Email Matthew.A.Chase.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP