Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 25, 2004 FBO #1003
SOLICITATION NOTICE

16 -- Dual Sensor UAV Cameras

Notice Date
8/23/2004
 
Notice Type
Solicitation Notice
 
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-T-0215
 
Response Due
9/7/2004
 
Archive Date
9/22/2004
 
Point of Contact
Jeffrey Schoerner, Contract Specialist, Phone 301-757-9767, Fax 301-757-9760, - Diana Goostree, Contract Specialist/Team Lead, Phone (301) 757-2520, Fax 301-2628,
 
E-Mail Address
schoernerja@navair.navy.mil, goostreedl@navair.navy.mil
 
Description
The Naval Air Systems Command Aircraft Division (NAVAIR AD) at Patuxent River, MD has a SOLE SOURCE requirement for the following Dual Sensor UAV Camera parts: MFG p/n: 12DS-UAV, Pioneer UAV drawing p/n: 24500, and model DS-12, stock number 0098-LL-Z98-T935. The Government intends to contract on a sole-source basis under Request for Quotation N00421-04-T-0215 with WESCAM, Inc., 103 W. North Street, Healdsburg, California, 95448. WESCAM, Inc. is the original equipment manufacturer (OEM) and owns the propreitary data rights to these Cameras. The Dual Sensor UAV Cameras are the only cameras compatible with the Pioneer UAV system. This procurement is being processed in accordance with Simplified Acquisition Procedures, Part 13 of the Federal Acquisition Regulations (FAR). The applicable NAICS code is 334511 and the applicable FSC code is J067. Responses to this notice of intent to negotiate with WESCAM Inc. should be submitted no later than 7 September 2004 via email to Jeff Schoerner at Jeffrey.Schoerner@navy.mil . Electronic inquiries and responses shall include company name, single point of contact, telephone number, complete address, and company business size. The requirement will be procured in accordance with FAR 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. See Numbered Note 22.
 
Place of Performance
Address: Contractor's Facility
 
Record
SN00649786-W 20040825/040823212528 (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.