Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 31, 2005 FBO #1496
SOLICITATION NOTICE

K -- REPAIR CONTRACT FOR THE AN/ARC-234, AIRBORNE INTEGRATED TERMINAL GROUP (AITG) RADIO SYSTEM COMPONENTS.

Notice Date
12/29/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
HQ CPSG/PK, Contracting Directorate, 230 Hall Ave, Ste. 114, Lackland AFB, San Antonio, TX 78243
 
ZIP Code
01731
 
Solicitation Number
FA8307-06-R-99007
 
Response Due
2/22/2006
 
Archive Date
3/29/2006
 
Point of Contact
James Pena, DRC Support, 210-925-5258 or james.pena.ctr@lackland.af.mil; Deirdre McCormick, Contracting Officer, 210-925-5305 or deirdre.mccormick@lackland.af.mil.
 
E-Mail Address
Click Here to E-mail the POC
(james.pena.ctr@lackland.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Description: NOTICE OF PROPOSED CONTRACT ACTION (NOPCA). This is not a solicitation. The Cryptologic Systems Group (CPSG) intends to award on a sole source basis a Fixed Price contract for the repair of Cryptographic COMSEC Equipment and peripheral items to the OEM, Raytheon Company, CAGE: 37695, 1010 Production Rd, Fort Wayne, IN 46808. The following are the Cryptographic COMSEC Equipment and peripheral items: (AN/ARC-234 System); Best Estimated Quantity (BEQ) 560 each over a 5-year period. Radio Set-Airborne Integrated Terminal, Full Duplex AC, NSN: 5821-01-473-7744CA, P/N: 01-01685-003, Size: 7.60" H x 7.50" W x 19.60" D, Best Estimated Quantity (BEQ) 50 each over a 5 year period, Radio Set-Airborne Integrated Terminal, Full Duplex DC, NSN: 5821-01-473-7745CA, P/N: 01-01685-004, Size: 7.60" H x 7.50" W x 19.60" D, Best Estimated Quantity (BEQ) 50 each over a 5 year period, Radio Set-Airborne Integrated Terminal, Full Duplex AC, NSN: 5821-01-490-7181CA, P/N: 01-01685-005, Size: 7.60" H x 7.50" W x 19.60", Best Estimated Quantity (BEQ) 150 each over a 5 year period, Radio Set-Airborne Integrated Terminal, Full Duplex DC, NSN: 5821-01-490-7182CA, P/N: 01-01685-006, Size: 7.60" H x 7.50" W x 19.60" D, Best Estimated Quantity (BEQ) 50 each over a 5 year period, Radio Set-Remote Control Unit (RCU), NSN: 5821-01-475-2000CS, P/N: 01-01689-001, Size: 9:00" H x 5.75" W x 6.50" D, Best Estimated Quantity (BEQ) 150 each over a 5 year period, Low Noise Amplifier (Diplexer/LNA), NSN: 5985-01-475-2533CS, P/N: 03-07361-001, Size: 1.57" H x 5.98" W x 10.75" D, Best Estimated Quantity (BEQ) 30 each over a 5 year period, Radio Transmitter Mounting Tray, NSN: 5975-01-475-1999CS, P/N: 41-01060-001, Size: 2.10" H x 8.00" W x 20.40" D, Best Estimated Quantity (BEQ) 25 each over a 5 year period, Electronic Component Panel, NSN: 5975-01-475-2537CS, P/N: 03-07359-001, Size: 1.69" H x 10.15" W x 9.85" D, Best Estimated Quantity (BEQ) 55 each over a 5 year period. Delivery: 30 days after receipt of assets and order. The AN/ARC-234 System is a National Security Agency Commercially Endorsed Communications Security item that has been installed on the B-2, E-3 (AWACS), and RC-135V/W RIVET JOINT surveillance aircraft. These weapon systems perform high priority missions including supporting the Global War on Terror. In addition, the AN/ARC-234 System is a Commercial COMSEC Endorsement Program (CCEP) product as defined by the National Security Agency (NSA). The current repair source for these Cryptographic COMSEC Equipment items is Raytheon Company, CAGE: 37695. Detailed technical data and drawings for the manufacture of these Cryptographic COMSEC Equipment items are not available from the Government. The proposed contract action is for supplies/services for which the Government intends to solicit and negotiate with only one source IAW 10 U.S.C. 2304 (c)(1) as implemented by FAR 6.302-1, and only one (1) responsible source. The Government intends to make award by February 2006. If a firm believes it is capable of meeting the Government's requirement, it may identify their interest and capability to the POC mentioned above within fifteen (15) days of this publication. Those interested firms must indicate whether they are a large, small, small-disadvantaged, 8(a), or women owned business and whether they are U.S. or foriegn owned. Notes 22 and 26 apply. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (29-DEC-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
ESC Business Opportunities Web Page
(http://www.fbo.gov/spg/USAF/AFMC/ESC/FA8307-06-R-99007/listing.html)
 
Place of Performance
Address: N/A
Zip Code: N/A
Country: N/A
 
Record
SN00959770-F 20051231/051229213010 (fbodaily.com)
 
Source
FedBizOpps 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.