Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 14, 2005 FBO #1265
SOLICITATION NOTICE

66 -- Transponder Test Set

Notice Date
5/12/2005
 
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, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department Hwy. 547 Attn:B562-1, Lakehurst, NJ, 08733-5083
 
ZIP Code
08733-5083
 
Solicitation Number
N68335-05-R-0041
 
Response Due
6/24/2005
 
Archive Date
7/9/2005
 
Description
The Naval Air Warfare Center Aircraft Division plans to issue a Request for Proposal (RFP) on or about approximately 18 July 2005. The solicitation will appear on the NAVAIR homepage located at http://www.navair.navy.mil/. Select ?Business?, then ?Doing Business With Us?, then ?Open Solicitations?. Look for any amendments on the web page for Solicitation No. N68335-05-R-0041 The requirement is for the development software and hardware to upgrade the existing AN/APM-480A and the means to upgrade T-47G/N organizational level Air Traffic Control (ATC) / Identification Friend or Foe (IFF) Transponder Interrogator Tests to add Mode 5, Mode S enhanced surveillance, and TACAN/DME test capability with growth for TIS-B, ADS-B, MCAS, and encrypted Mode S DF=19 test capability. The result shall be an AN/APM-480B test set. The upgrade effort will add Mode 5 host processing software, update components, and accommodate a KIV-6 form factor Mode 4/5 appliqu? while retaining current operator interface and functionality for Modes 1, 2, 3/A, C, 4, S, and TCAS. The Government does not own any drawings or design documentation related to the AN/APM-480A or T-47G/N. The test set must test critical characteristics of MARK XIIA interrogators and transponders such as frequency, reply efficiency, peak power, and sensitivity in radiated and direct connect test setups in performing pre-flight checks, checkout, and troubleshooting of systems. The test set must be capable of testing all modes and of testing each mode individually. The basic contract will require the modification of six AN/APM-480A units and providing six AN/APM-480B prototype units along with six crypto emulator units. The government is anticipating a 5-year firm-fixed-price indefinite delivery/indefinite quantity contract for modification of a minimum of 676 AN/APM-480A test sets and a maximum of 1500 AN/APM-480A test sets and a minimum of 0 T-47G/N test sets and a maximum of 250 T-47G/N test sets. Options will be included for additional production of a minimum of 0 and a maximum of 200 AN/APM-480A/B units. The Government intends to award a contract based on best value resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and is evaluated to be most advantageous to the Government in the areas of technical, demonstration, past performance, and price. Hard copies of solicitations and amendments will NOT be mailed to contractors. The Government will not accept electronic offers. For information or questions regarding this notice, please contact Ms. Joanne E. Southworth, Contract Specialist, NAWCAD Lakehurst NJ, Comm. 732-323-2756 Fax: 732-323-2359 or E mail: joanne.southworth@navy.mil Reference Solicitation N68335-05-R-0041.
 
Record
SN00806235-W 20050514/050512212455 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.