Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2004 FBO #0984
MODIFICATION

58 -- FERRITE SWITCH PRODUCTION

Notice Date
8/4/2004
 
Notice Type
Modification
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441 21983 Bundy Road Unit 7, Patuxent River, MD, 20670
 
ZIP Code
20670
 
Solicitation Number
N00421-04-R-0028
 
Response Due
8/11/2004
 
Archive Date
8/26/2004
 
Point of Contact
John McCormick, Contract Specialist, Phone (301) 757-5226, Fax null,
 
E-Mail Address
john.P.mccormick@navy.mil
 
Description
AMENDEMENT TO SOLICITATION N00421-04-R-0028 THE ORDERING REQUIREMENT FOR THE ABOVE REFERENCED SOLICITATION HAS BEEN CHANGED: FROM The base period and each one year option will have a minimum quantity of ONE (1) and a maximum quantity of FOUR (4) Ferrite switches to be ordered TO There will be a minimum requirement of TWO (2) QTY EA and an anticipated buy of FIFTEEN (15) EA for the duration of the contract period of base year and 4 option years. 2. Point of contact has been changed from John McCormick to SAM ANSANI 301-995-8894 (VOICE) 301-995-8342 (FAX) samuel.ansani@navy.mil The Naval Air Warfare Center Aircraft Division (NAWCAD) Patuxtent River, St Inigoes (Code 4.5.8.2) has a requirement for a Ferrite Switch for the AN/SPN-35C. NAWCAD Patuxent River at St. Inigoes, Air Traffic Control and Landing Systems (ATC&LS) has been designated as the In-Service Engineering Agent. As part of this effort, the Approach Systems Branch must procure material for ATC&LS equipment, specifically for the AN/SPN 35C Aircraft Control Approach Central. The AN/SPN-35C is a reliability and maintainability upgrade that will be a functional replacement for the legacy AN/SPN-35B systems currently installed aboard LHA/LHD ships. Currently there is a requirement for the fabrication of the Ferrite Switch for the AN/SPN-35C per drawing 43140-00517. The Ferrite Switch must conform to military standard MIL-I-45208A/1 (Inspection System Requirements), military standard MIL-STD-129M (Marking for Shipment and Storage), and NAWC-AD Specification Control Drawing No. 43140-00517 for the AN/SPN-35C Ferrite (X-Band) Switch. The contractor shall provide such parts, components accessories, and related materials to fabricate the Ferrite Switch. Materials or parts used in the fabrication of this equipment shall conform to the NAWC-AD specifications, and is subject to Quality Assurance per military standard MIL-I-45208A/1 with inspectors clearly delineated. The contractor shall deliver the material no later than 180 days after award of an order. The contract type is anticipated to be an Indefinite Delivery-Indefinite Quantity, Firm Fixed Price contract. The period of performance consists of one base year plus four option years. The base period and each one year option will have a minimum quantity of one and a maximum quantity of four Ferrite switches to be ordered. The North American Industry Classification System (NAICS) Code is 334511 with a small business size standard of 750 people. Basis for award of the resultant contract will be best value to the Government, lowest cost and technically acceptable. It is the Government?s intention to release the Request for Proposal (RFP), including any subsequent amendments, via the Internet in Microsoft Word format, with attachments to be provided in Microsoft Word, Microsoft Excel, PowerPoint, and Portable Document Format (PDF). The RFP and related documents will be made available on the NAVAIR Home Page at a later date. The www server may be accessed using client browsers such as NETSCAPE and Microsoft Internet Explorer. The www address or URL for the NAVAIR Home Page is http://www.navair.navy.mil/doing_business/open_solicitations To access the solicitation, select ?N00421-04-R-0028?. In addition to making the solicitation available for downloading via the internet site, this office will also attempt to E-mail a notification of release of the solicitation and any subsequent amendments to all prospective offerors that submit a request to register for this information via E-mail. E-mail requests should be sent to the following address: john.P.mccormick@navy.mil and should include the following information for the purposes of compiling a Bidders Mailing List; 1. Company Name 2. Company Address 3. Point-of-contact, telephone number, fax number and E-mail address. In the interest of acquisition streamlining, prospective offerors are strongly encouraged to use the Internet for the purpose of submitting requests relative to this solicitation. Telephone requests for the solicitation will neither be accepted nor returned. A paper copy of the solicitation and any subsequent amendments will not be available or issued. The anticipated release date of the RFP is the week of 16 Feb 2004. Any questions or concerns regarding this solicitation should be directed to: Department of the Navy, Contracts Group (Attn: LT Johnny McCormick, Code 2.5.1.2.3.4), Naval Air Warfare Center, Aircraft Division, Building 8110, Villa Road, St. Inigoes, MD 20684-0010; or preferably vial E-mail previously cited above. The point of contact for this procurement action is LT Johnny McCormick, Code 2.5.1.2.3.4, telephone: (301) 995-8899; and the Contracting Officer is Mrs. Josephine Scully, telephone: (301) 995-8117.
 
Place of Performance
Address: WEBSTER FIELD, ST INIGOES, MD 20684
Zip Code: 20684-0000
Country: USA
 
Record
SN00636965-W 20040806/040804212419 (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.