Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 16, 2003 FBO #0688
SOLICITATION NOTICE

59 -- GPS Advanced Digital Antenna Production (ADAP) Program RFP Release

Notice Date
10/14/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Force Space Command, SMC - Space and Missiles System Center, 2420 Vela Way, Suite 1467, El Segundo, CA, 90245-4659
 
ZIP Code
90245-4659
 
Solicitation Number
FA8807-04-R-0001
 
Response Due
1/29/2004
 
Archive Date
2/13/2004
 
Point of Contact
Carol Laechelt, Contracting Officer, Phone (310) 363-2788, - Anna Vo, Program Manager, Phone (310) 363-1291,
 
E-Mail Address
carol.laechelt@losangeles.af.mil, anna.vo@losangeles.af.mil
 
Description
The Navstar Global Positioning System Joint Program Office intends to solicit proposals for the GPS Advanced Digital Antenna Production (ADAP) program. A Request for Proposal (RFP) will be release on 30 Oct 03 with responses due on 29 Jan 04. Additional information, including draft RFP, is available on the GPS ADAP Bidder's Library. The Bidder's Library is available at https://gps-web.losangeles.af.mil. Potential offerors may request access to the GPS Bidder's Library by sending a request for an account to newaccount@losangeles.af.mil. The objective of the ADAP program is to develop and produce a GPS anti-jam antenna system for airborne and ship applications. ADAP consists of Antenna electronics (AE), Controlled Reception Pattern Antenna (CRPA) and Ground Plane Enclosures (GPE). Airborne platforms will use the AE and CRPA. Ships will use the Ground Plane Assembly (GPA). A GPA consists of an AE, CRPA integrated into a GPE. ADAP will provide survivable, uninterruptible, and reliable GPS satellite navigation to meet the airborne and shipboard operational requirements. The ADAP system will be interchangeable with and exceed performance, reliability and availability requirements of the GAS-1 system. Offerors that respond to this solicitation are expected to be fully capable of performing the anticipated development and production efforts. The Government expects that interested sources, either alone or with appropriate teaming partners, will meet the following minimum criteria: (1) Have demonstrated experience in the design, development, integration, manufacture and test of GPS user equipment or systems (2) Have demonstrated GPS user equipment performance modeling and simulation tools of sufficient fidelity to support design trades and user level requirements development. A 27-month First Article (FA) development and testing contract includes six one-year firm fixed price production options. Proposals will include a technical sample of the offeror's design. The technical samples will be tested and the results will be used in the proposal evaluation process. This will be a best value source selection conducted in accordance with FAR 15.3 and Supplements. The Government intends to award one contract. Selected schedule milestones are as follows: RFP release 30 Oct 03; Proposals (and tech samples) due 29 Jan 04; Contract award 30 Jun 04. An Ombudsman has been appointed to hear concerns from potential offerors. The purpose of the Ombudsman is to receive and communicate concerns from potential offerors when an offeror prefers not to use established channels to communicate his/her concern during the proposal development phase of this acquisition. The Ombudsman will communicate certain offeror issues, disagreements, and recommendations on this acquisition into the proper channels. The Ombudsman's role is not to diminish the authority of the program director or the contracting officer but to advocate an offeror's concern on a non-attribution basis. The Ombudsman will maintain a strict confidentiality as to the source of the concern when requested by the offeror. The Ombudsman will not participate in the evaluation of the proposals or the source selection process for this acquisition. The Ombudsman is Dr. David Ganger, Phone Number (310) 363-0588. This publication is for information only and does not signify any government sponsorship of contractor charges against any government contract for attendance or proposal efforts, or a government promise to pay for any information receive in response to this announcement. Note 26.
 
Place of Performance
Address: At contractor's facility.
 
Record
SN00452113-W 20031016/031014213222 (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.