Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 10, 2002 FBO #0129
SOLICITATION NOTICE

59 -- Wire Test Set Equipment

Notice Date
4/8/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department Hwy. 547 Attn:B129-2, Lakehurst, NJ, 08733-5083
 
ZIP Code
08733-5083
 
Solicitation Number
N68335-02-T-0013
 
Point of Contact
Lori Bishop, Contract Specialist, Phone 732-323-2814, Fax 732-323-4822, - John Murtagh, Contracting Officer, Phone 732-323-2901, Fax 732-323-4822,
 
E-Mail Address
bishopla@navair.navy.mil, murtaghjl@navair.navy.mil
 
Description
The Naval Air Warfare Center, Aircraft Division Lakehurst, intends to issue a sole source solicitation to Computer Systems Technical Support (CSTS) Inc., Anaheim, CA for Commercial Off the Shelf (COTS) wire test equipment. The Navy intends to procure one (1) Test Control Unit (TCU), P/N 3174AS200 and one (1) Switching Unit (SU), P/N: 3174AS300. The TCU and SU components comprise the Wire Test Set, P/N: A/U24T-1(V), Basic Configuration, as currently deployed throughout the USN and USMC Intermediate Maintenance Activities (IMAs).Under the authority of FAR 6.302-1, as the Original Equipment Manufacturer (OEM), CSTS is considered the only supplier of the A/U24T-1(V) Wire Test Set.. CSTS holds all proprietary rights to the technical. The required quantity is one (1) each TCU and SU with identified requirements for technical data in accordance with the Statement Of Objectives (SOO). The TCU and SU deliverable shall be identical to the original part numbered components. The contractor shall identify any components no longer available and recommend new components that conform to the fit and function of the original, now obsolete, components. All recommended components will be evaluated by the procuring activity for conformance to the original component. If any components are not directly replaceable, the contractor shall provide NAVAIR Lakehurst a proposed solution to ensure the capability that the obsolete component provided is retained in the procured WTS configuration. Packaging and Marking for shipping shall be in accordance with best commercial practices and all quantities shall be delivered to NAWCAD Lakehurst, NJ via FOB Destination. Interested firms may identify their interest and capability to respond to the requirement. This notice of intent is not a request for competitive proposals. However, all responses received within fifteen days after the date of publication of this synopsis will be considered by the Government. A determination by the Government not to open the requirement to competition based upon responses to this notice is solely within the discretion of the Government. Information received as a result of this notice of intent will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The solicitation will be posted on the NAVAIR homepage located at http:// www.navair.navy.mil. Select "Business" then "Doing Business With Us" and "Open Solicitations." Hard copies of the solicitation and amendments will NOT be mailed to the contractors. The government will not accept electronic proposals. The solicitation will be posted on the web on or about 23 April 2002. The POC is Lori Bishop, phone 732-323-4771, facsimile 732-323-4822, or e-mail: bishopla@navair.navy.mil.
 
Record
SN00055165-W 20020410/020408213333 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.