Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 11, 2002 FBO #0252
SOLICITATION NOTICE

L -- CONTRACTOR ENGINEERING TECHNICAL SERVICES (CETS-CFS)

Notice Date
8/9/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Weapons Division Dept. 3, Commander, NAWCWD, Code 230000E, 575 I Ave, Suite 1, Point Mugu, CA, 93042-5049
 
ZIP Code
93042-5049
 
Solicitation Number
N68936-02-R-0078
 
Response Due
10/12/2002
 
Point of Contact
Lenette Santana, Contract Specialist, Phone (805) 989-0555, Fax (805) 989-1877, - Sharon Schumann, Procuring Contracting Officer, Phone (805) 989-4603, Fax (805) 989-1877,
 
E-Mail Address
santanalb@navair.navy.mil, schumannsg@navair.navy.mil
 
Description
The Naval Air Warfare Center Weapons Division, Point Mugu, CA 93042 plans to procure on other than full and open competition from Raytheon TI Systems, 2501 West University, McKinney, TX 75070, Contractor Engineering Technical Services (CETS) and Contractor Maintenance Services (CMS) in support of the APS-137(V)5 Inverse Synthetic Aperture Radar (ISAR)Systems and associated support equipment in connection with the P3 and S3 aircraft, AN/APS 137B(V)5 and C(V)5 RADAR on the P3 Anti-surface Warfare Improvement Program (AIP) systems and the Forward Looking Infrared (FLIR) and associated support equipment on the F18. These radar systems are designed, developed, and manufactured by Raytheon. They posses proprietary technical data required to fully support the radar systems. The requirement is for CETS to provide various fleet and shore activities with an estimated 380 man months of effort for the purpose of informing, instructing and training Department of Defense personnel in the installation, operation and maintenance of the APS-137(V)5 Inverse Synthetic Aperture Radar (ISAR)Systems. Access to and understanding of the technical database for specific equipment is essential. The period of performance will be 1 January 2003 through 31 December 2004, with four one-year option periods. Responsible sources having the engineering and technical field service capabilities described above may submit and offer which will be considered to: Attn: Lenette Santana, T&E Logistic Contracts Department, Code 230000E, NAVAIRWARCENWPNDIV, 575 I Avenue, Suite 1, Point Mugu, CA 93042 or via E-mail to: santanalb@navair.navy.mil. The offer must have complete and detailed information that includes the total number of employees and professional qualifications of personnel specially qualified in the CETS and CMS area as outlined; an outline of previous CETS efforts including specific services previously performed or being performed in the listed CETS area; specific resumes of representatives detailing their qualifications and any other available descriptive literature. See Notes (22).
 
Place of Performance
Address: Jacksonville, FL; Kaneohe Bay, HI; Brunswick, ME; Whidbey, WA
Country: USA
 
Record
SN00137557-W 20020811/020809213755 (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.