The Specialized Contracting Branch (PZIE), Air Force Test Center, Eglin AFB, FL intends to solicit and award a sole source Firm-Fixed Price contract to Haigh-Farr, Inc. for the purchase of eighteen (18) Wraparound Antennas that have been through the required flight approval process. The flight approval process includes electromagnetic interference testing and analysis to determine the aerodynamic characteristics for each configuration which would add significant time and cost to the integration schedule. More importantly, a new flight approval would delay the test date causing missed program milestones. The purchase is made under the authority of FAR 6.302-1(a)(2). Anticipated award date 29 March 13. This requirement is for: CLIN 0001: Hardware. Eighteen (18) wraparound antennas P/N 5540 which must include the following:
FEATURES:
Omnidirectional - Full Spherical Coverage
300 MHz to 13 GHz Multi-Channel Designs
Single Point Feed
No External Dividers and Cables Required
Thin Aerodynamic Shape
Conformal - Flush or External Mounting
Fastened or Bonded to the Vehicle
OEM or Retro-Fit Applications
High Aero-Heating Protection Available
Rugged Construction - Designed for High G, High Radial G (Spinup), and Extreme Vibration Environments
TYPICAL SPECIFICATIONS: Operating Band: 300 MHz to 18 GHz
Number of Channels: Design parameter 1, 2, 3, or 4
Input Impedance: 50 Ohms Bandwidth: Design parameter, 1%-5%
VSWR: 2:1 Max across Band
Power: 40 W cw, 5 kW peak
Polarization: Design parameter
Radiation Pattern:
Roll – 2230 MHz Isotropic – 2 dB
Pitch – 2230 MHz Isotropic – 7 dB
Roll – 421 MHz Isotropic – 2 dB
Pitch – 421 MHz Isotropic – 2dB
Connector: SMA standard, other connector options available including direct cable feeds
Weight: Design parameter Function of diameter and electrical requirements Dimensions: Design parameter
Function of diameter and electrical requirements
Thickness: .05 (1.25mm) to .3” (7.6 mm)
Mounting Antenna: Antenna is flexible and provided to naturally mate with specified cylindrical or conical surface
Securing: Screw and/or Bond
Altitude: Any
Environment: Design parameter, typical of tactical supersonic missiles and kinetic kills weapons
These items must be delivered to: 96 TSSQ/RNXC, EGLIN AFB, FL 32542 no later than 150 days after date of award. The North American Industry Classification System (NAICS) for this acquisition is 336419 with a small business size standard of 1,000 employees. Interested parties may identify their interest and capability to respond to the requirement. This notice is not a request for competitive proposals/quotes. However, the government will consider all responses received within 15 days of publication. A determination by the government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the government. Submit questions electronically to
[email protected].
Bid Protests Not Available