Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 29, 2005 FBO #1250
MODIFICATION

59 -- MF/HF Transmitter System

Notice Date
4/27/2005
 
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
N00421-05-R-0103
 
Response Due
4/29/2005
 
Archive Date
5/14/2005
 
Point of Contact
Vincent Abatemarco, Contract Specialist, Phone (301) 757 9736, - Stephen Lucianetti, Contract Specialist, Phone (301) 757-9743, Fax (301) 342-1864,
 
E-Mail Address
Vincent.Abatemarco@navy.mil, lucianettisj@navair.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 Naval Air Warfare Center - Aircraft Division (NAWCAD), Patuxent River MD 4.5 Department has a COMPETITIVE requirement to acquire MF/HF transmitter systems for Modular Commando Solo (MCS) Program. The planned MCS system shall include a Roll-On/Roll-Off (RORO) MF, HF, FM, and Narrowband broadcasting system that is mounted on pallets that are loaded on a C-130J Aircraft. These transmitters shall only employ Commercial Off-The-Shelf (COTS) and Government Off-The-Shelf (GOTS) technologies because the overall goal of this procurement is to utilize COTS equipment while reducing space, weight, and power and increasing transmitter efficiency through use of solid-state technology that still meets all threshold requirements with minimal modification. The specifications for the transmitter systems are intended to fulfill requirements for the MCS aircraft mission with options for additional system based on funding. The specific amount solicited for MF/HF transmitter system includes three sets each of the MF and HF transmitters for the MCS aircraft mission and training. There is an option for 2 sets of each to be exercised within 15 months of the contract award and an option for 3 sets of each to be exercised within 30 months of contract award. The 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. The solicited MF/HF transmitter system will be frequency agile and shall be capable of providing sufficient power output through a trailing wire or fixed antenna system. Each transmitter will be capable of 10 kW peak-to-peak power output (THRESHOLD). The AM Broadcast transmitter shall be capable of transmitting a continuous wave (CW) or analog audio signal over the AM broadcasting frequency range from 450 kHz to 1700 kHz. The HF transmitter should be capable of AM/CW/SSB/ISB modulation over the frequency range of 1.7 to 30 MHz. Specific transmitter frequency range may differ so long as the entire frequency range to 450 kHz to 30 MHz is covered by the total MF/HF system. Either transmitter design shall include the exciter, solid state power amplifier, all combiners, post selectors, antenna matching network POD mounted dummy load as necessary to compete the total system configuration. 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 their 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 for option period shall be as stated above. 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 that 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 2:00 PM on 27 April 2005 and should be sent via email to Vincent.Abatemarco@navy.mil. Questions should be directed via email to Vincent.Abatemarco@navy.mil.
 
Record
SN00796852-W 20050429/050427212238 (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.