Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 05, 2004 FBO #1105
MODIFICATION

59 -- MODULAR COMMAND SOLO NARROW BAND TRANSMITTER SYSTEM

Notice Date
8/11/2004
 
Notice Type
Modification
 
NAICS
334290 — Other Communications Equipment 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-0087
 
Response Due
8/30/2004
 
Archive Date
12/25/2004
 
Point of Contact
Gregory Blew, Contract Specialist, Phone (301) 757-9766, Fax 301-757-9760,
 
E-Mail Address
gregory.blew@navy.mil
 
Description
This is a combined synopsis/solicitation for commercial item prepared in accordance with the format prescribed in the Federal Acquisition Regulation (FAR), Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 24 effective July 19, 2004. The Naval Air Systems Command Aircraft Division (NAVAIR AD), Patuxent River MD 4.5 Department has a COMPETITIVE requirement to acquire a transmitter components for Modular Commando Solo (MCS) Program. These transmitters are to employ Commercial Off-The-Shelf (COTS) / Government Off-The-Shelf (GOTS) technologies only and will ultimately be configured on pallets for a Roll-On Roll-Off (RORO) capability for EC130J’s. The overall goal of this procurement is to utilize COTS equipment while reducing space, weight, and power and to increase transmitter efficiency through use of solid-state technology while still meeting all threshold requirements with minimal modification. In order to attract the most vendors for this solicitation, the MCS NB Transmitters system has been split into three groups: Group A will consist of four FM broadcast 1 kW transmitter or exciter/power amplifier configurations in the 88 to 108 MHz frequency range, Group B will consist of six narrowband 1 kW power amplifiers in the 30 MHz to 1 GHz frequency range and Group C will consist of one each 5 kW (THRESHOLD) or 10 kW (OBJECTIVE) AM Broadcast and HF frequency agile transmitters covering the frequency range of approximately 450 kHz to 30 MHz. Vendors may bid on any individual or multiple of groups. This specification for the transmitter system is intended to fulfill one ship set worth of requirements for the MCS aircraft mission with an option for up to two more ship sets and a possible training system. The transmitter system for the MCS aircraft will be used for communication over long distances from an aircraft to civilian and military personnel on civilian commercial radio bands and on military frequencies in use for both ground and air. All transmitters must be frequency agile. The applicable North American Industry Classification System (NAICS) Code is 334290 and the small business size standard is 750 employees. NAVAIR AD proposes a Firm Fixed Price (FFP) contract for this procurement. FAR clause 52.212-1, “Instructions to Offerors – Commercial” applies to this solicitation. FAR clause 52.212-2, “Evaluation – Commercial Item” applies to this solicitation and under FAR clause 52.212-2(a) the factors to evaluate offers are: (i) Technical capability of the item offered to meet the Government requirement; (ii) Price; and (iii) Past Performance. All offerors shall include a completed copy of FAR clause 52.212-3 Alt I, “Offeror Representation and Certifications – Commercial Items”, in its offer. FAR clause 52.212-4, “Contract Terms and Conditions – Commercial Items” applies to this solicitation. FAR clause 52.212-5, “Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items” applies to this solicitation (see NAVAIR homepage for attached clause specifying additional clauses cited in 52.212-5(b) or (c) applicable to this acquisition. FAR 52.217-6 Option For Increased Quantity applies and option period shall be 180 days after date of contract. Offerors are instructed to use CLIN pricing pages contained in the Specification/Statement of Work (SOW) for price submissions or identify offered items by CLINs. All changes to the solicitation shall be sent electronically to Federal Business Opportunities as amendments. All responsible sources may submit a proposal which shall be considered. All proposal submissions shall be in accordance with the Specification/Statement of Work (SOW), which is available on the NAVAIR Solicitation Home Page, http://www.navair.navy.mil/doing_business/open_solicitations/. This combined synopsis/solicitation will also be available on the NAVAIR Solicitation Home Page. NOTE: Contractors must be registered in the Central Contractor Registration (CCR) database to be eligible for contract award or payment from any DOD activity. Information on registration and annual confirmation requirements may be obtained by calling 1-888-227-2423, or by accessing the CCR website at http://www.ccr.gov/. Responses to this synopsis are due no later than 23 August 2004 and should be sent via email to Gregory.Blew@navy.mil. Questions should be directed via email to Gregory.Blew@navy.mil. Amended information: Solicitation quantities have changed for CLINS 0001, CLIN 0002 and CLIN 0006. Check http://www.navair.navy.mil/doing_business/open_solicitations/ for update specification NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (11-AUG-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 03-DEC-2004, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/NAVAIR/N00421/N00421-04-R-0087/listing.html)
 
Record
SN00716931-F 20041205/041203213931 (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.