Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 24, 2007 FBO #1916
SOLICITATION NOTICE

99 -- Digital Video Recorders for P-3 configured Aircraft

Notice Date
11/20/2006
 
Notice Type
Solicitation Notice
 
NAICS
334310 — Audio and Video 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, UNITED STATES
 
ZIP Code
20670
 
Solicitation Number
N00421-07-R-0014
 
Response Due
12/11/2006
 
Point of Contact
Anthony Gatlin, Contract Specialist, Phone (301)-757-9766, Fax (301)-757-9046,
 
E-Mail Address
anthony.gatlin@navy.mil
 
Description
Naval Air Systems Command, Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland has a requirement for up to 150 Digital Video Recorders for P-3C configured aircraft. The recorder shall be a standard commercial off the shelf item (COTS). The recorder must be capable of the following: 1) Recording up to three analog inputs (RS-170), analog audio inputs with overlays and a time input for 10 continuous hours. 2) Have a playback mode that selects time event for playback any channel at any time for one of any three video channels being recorded. 3) The recorder must not exceed Length of 12.99 inches, Width 9.5 inches Height 5.94 inches and a weight of 10 lbs. 4) The control must fit into a standard control 5.25 inch wide Panel mount. 5) The operating voltage for the system will be 28 VDC. 6) Expandability and additionally supported interfaces desired. 7) The recorder system must meet the environmental requirements for installation into the P-3C aircraft. 8) MIL-STD-704A; Electrical Power, Aircraft, Characteristics and Utilization of is applicable. The Government is conducting an Advisory Multi-Step Process in accordance with FAR Part 15.202. The acquisition will unfold in two phases as described below: Phase 1 Advisory Evaluation In the initial phase of the acquisition, the Government is requesting interested parties to submit existing product literature generally available in the industry. Vendors are invited to submit literature for more than one product that will meet the Government's needs. Once received, the Government will evaluate each submission on whether 1) the information satisfies minimum technical requirements listed above, 2) expandability of the recorder, and 3) additionally supported interfaces. After completion of the evaluation, the Government will notify, in writing, each submitter whether the Government believes, based upon the submission, it would likely be a viable competitor in the resultant acquisition the Government expects to conduct. Any potential offeror that provides literature may, at its election, participate in the expected acquisition regardless of advice provided by the Government in response to its submission. Please make submissions electronically to the attention of Anthony Gatlin at anthony.gatlin@navy.mil. Submissions are due no later than 4:00pm on December 11, 2006 Eastern Standard Time. Literature is limited to no more than 10 pages per product. Point of contact is Anthony Gatlin 301-757-9766. Phase 2 Award of Multiple Indefinite Delivery/Indefinite Quantity (IDIQ) Contracts Upon completion of advisory evaluation, Phase 2 will be initiated by issuing a formal Request for Proposals (RFP). The Government anticipates issuing an RFP in January 2007. Offerors will be required to submit firm-fixed price proposals. The Government will evaluate offers and intends to award one or more IDIQ contacts to offerors that represent the best value to the Government. Each contract award will be for a minimum quantity of one (1) recorder with an Option to order up to 150 recorders under individual delivery orders. The order of one (1) will meet the minimum quantity requirement for the contract. Initial quantity one (1) will be acquired for further evaluation. During this evaluation, the recorder will be examined under a simulated real-world environment. The Government intends to exercise the option under one (1) contract based on the results of the hands-on evaluation. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (20-NOV-2006). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 22-FEB-2007, 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.fbo.gov/spg/DON/NAVAIR/N00421/N00421-07-R-0014/listing.html)
 
Place of Performance
Address: 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, UNITED STATES
Zip Code: 20670
Country: UNITED STATES
 
Record
SN01237350-F 20070224/070222223224 (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  © 1994-2020, Loren Data Corp.