Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 23, 2005 FBO #1213
SOLICITATION NOTICE

58 -- APG-65, APG-73 and APG-79 radars, Advanced Targeting Forward Looking Infrared (ATFLIR), Shared Reconnaissance Pod (SHARP) and AN/ALR-67(V)3 Radar Warning Receiver Basic Ordering Agreement

Notice Date
3/21/2005
 
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, NAVAIR HQ, Building 2272 47123 Buse Road Unit IPT, Patuxent River, MD, 20670
 
ZIP Code
20670
 
Solicitation Number
Reference-Number-N00019-05-G-0008
 
Response Due
4/22/2005
 
Archive Date
5/7/2005
 
Description
The Naval Air Systems Command (NAVAIR) intends to issue a Class of Firm Fixed Price and Cost Type Orders under Basic Ordering Agreement (BOA) N00019-05-G-0008 to the Raytheon Company, 2000 East El Segundo Blvd, El Segundo, and CA 90245-0902 for a period of three years. Raytheon Company is the sole designer, developer, manufacturer and supplier of APG-65, APG-73 and APG-79 radars, Advanced Targeting Forward Looking Infrared (ATFLIR), Shared Reconnaissance Pod (SHARP) and AN/ALR-67 (V) 3 Radar Warning Receiver and possesses the peculiar engineering capability, resources and expertise necessary to satisfy the government?s minimum requirements without causing unacceptable delays in meeting the Navy?s operational schedule and without substantial duplication of cost to the government. NAVAIR intends to place Firm Fixed Price and Cost Type Orders under BOA N00019-05-G-0008 for the above stated supplies/services for a period of 12 months from the effective date of the BOA. This BOA allows for procurements of supplies and/or services to support engineering investigations and the development of associated engineering change proposals, computer software, technical data, logistics and performance based logistics efforts, management, engineering and/or technical support, sustaining Logistic/Engineering (SLE) support, feasibility studies, integration studies, integration efforts, test plans, laboratory simulations, aircraft modifications, calibration, measurements and/or requirements support, configuration changes, installations, Contractor Maintenance Services (CMS), ground tests, wind tunnel testing, antenna testing, fatigue tests and analysis, interchangeability assessments, training support, and development of training tools or analysis, data collection, data processing and/or data analysis, pre-sale/lease activities; and support equipment. These orders may include the development of associated technical, administrative and financial data; the design, manufacture, assembly, installation and test of breadboards and/or prototypes; test equipment modification and calibration, weapon test engineering support, and CMS in support of related systems and components; support of systems and components undergoing engineering, technical and material support; and recommendations dealing with the practicability and/or desirability of developing potential engineering changes to the following aspects of the F/A-18A through F, EA-18G and FMS Weapon Systems: operational readiness, reliability and maintainability, aircraft/weapons loading and/or configuration, wind tunnel testing, Government Furnished Equipment (GFE) requirements, ground support equipment and flying qualities and performance capabilities. This synopsis is for informational purposes only. See numbered note 22.
 
Place of Performance
Address: per Individual Order placed under Basic Order Agreement N00019-05-G-0008.
 
Record
SN00772687-W 20050323/050321212253 (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.