Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2008 FBO #2466
SOLICITATION NOTICE

16 -- Indefinite Quantity / Indefinite Deliver Contract with Firm Fixed Price Orders for ATIS PL2000 Digital Recorders

Notice Date
8/25/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless 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, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
N00421-08-R-0120
 
Archive Date
9/27/2008
 
Point of Contact
Steven M Williams,, Phone: (301) 995-8943, Donald L. Mumbert,, Phone: (301) 995-8553
 
E-Mail Address
steven.m.williams2@navy.mil, Donald.mumbert@navy.mil
 
Small Business Set-Aside
N/A
 
Description
The Naval Air Warfare Center Aircraft Division (NAWCAD) Contracts Division, Code 2.5.1.2, Webster Field St Inigoes, Maryland intends to award a 3 year Indefinite Quantity / Indefinite Delivery firm-fixed-price order for ATIS PL-2000 DT-E1 Digital Recorders Brand Name or equal to support production of the AN/TPN-31A Air Traffic Navigation Integration and Coordination Systems (ATNAVICS) for the U.S Marine Corps. The ATNAVICS system provides radar surveillance and air traffic control services to military and commercial aircraft in various Continental United States and Outside Continental United States locations. At least 10 ATIS PL-2000 DT-E1 Digital Recorders will be acquired the first year up to a maximum quantity of 30 units should the other options be exercised. This equipment will be procured on a Brand Name Mandatory basis for ATIS PL-2000 DT-E1 Digital Recorders in accordance with FAR 6.302-1, “Only one responsible source for production and no other supplies or services will satisfy agency requirements”. Only an ATIS PL-2000 DT-E1 Digital Recorders will be procured because use of this integrated component will maintain and allow current configuration control and associated form, fit, and function operational characteristics; ensure no disruption of ongoing supportability by the Government supply system; and avoid costly revision of technical manuals and training programs already in place for the system that are currently fielded. THIS IS A REQUEST FOR COMPETITIVE QUOTES. Responsible interested parties may submit information in which they identify their interest and capability. Contractors will need to provide the following: For the Base Year Ordering Period, Item Number: 0001, Description: PL-2000 DT-E1 Digital Recorder. Includes; PL-CR-00-P Chasis Ruggedization, PL-BR-CC PC Board Ruggedization, and includes shipping and handling. Minimum Quantity: 2, Maximum Quantity: 14, Unit of Issue: Each. Item Number: 0002, Description: PL-2000 DT 24 D Digital Recorder w/24 analog channels & dual RAM drives. Includes shipping & handling. Minimum Quantity: 2, Maximum Quantity: 20, Unit of Issue: Each. Item Number: 0002, Description: PL-2000 DT 24 D Digital Recorder w/24 analog channels & dual RAM drives. Includes shipping & handling. Minimum Quantity: 2, Maximum Quantity: 20. OPTION YEAR ONE Item number: 0003 Description: PL-2000 DT-E1 Digital Recorder. Includes PL-CR-00-P Chasis Ruggedization, PL-BR-CC PC Board Ruggedization includes shipping and handling. Minimum Quantity: 2, Maximum Quantity: 14, Unit of Issue: Each. Item number: 0004 Description: PL-2000 DT 24 D Digital Recorder w/24 analog channels & dual RAM drives. Includes shipping & handling. Minimum Quantity: 2, Maximum Quantity: 10, Unit of Issue: Each. OPTION YEAR TWO Item number: 0005 Description: PL-2000 DT-E1 Digital Recorder. Includes: PL-CR-00-P Chasis Ruggedization, PL-BR-CC PC Board Ruggedization, and includes shipping and handling, Minimum Quantity: 2, Maximum Quantity: 14, Unit of Issue: Each. The products will be processed under the authority of FAR part 6.302-1(A)(ii), “Supplies may be deemed to be available only from the original source in the case of a follow-on contract for the continued development or production of a major system or highly specialized equipment, including major components thereof, when it is likely that awarded to any other source would result in (A) substantial cost to the Government that is not expected to be recovered through competition.” However, responsible interested parties may submit information in which they identify their interest and capability. The Naval Air Warfare Center Aircraft Division, Contracts shall consider all responses. Responses without a return address, mailing address, and company telephone number will not be recognized. Proprietary data in the responses will be protected where so designated. NOTE: Contractors must be registered in the Central Contract Registration (CCR), www.ccr.gov database to be eligible for contract award or payment from any DoD activity. UID labeling is required on all items whose unit price exceeds $5,000.00 The Government reserves the right to process the procurement on a Brand Name Manditory basis based upon the responses received. The Government will not pay for any information received. Any questions concerning this announcement should be submitted to Steven M. Williams, Contract Specialist, Code 2.5.1.2.1.3, Telephone (301) 995-8943 or via e-mail: steven.m.williams2@navy.mil by 12:00 P.M. Eastern Standard Time, 12 September 2008. If an offeror is not able to contact the Contracting Office via e-mail, please fax correspondence/requests to the point of contact above @ facsimile 301-995-8670. **END SYNOPSIS/SOLICITATION #N00421-08-R-0120. **
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=79c57834f891a096a47b770dfdaa6f83&tab=core&_cview=1)
 
Place of Performance
Address: Contracts, Bldg 8110, Villa Road, NAS Patuxent River, Webster Field Annex, St. Inigoes, Maryland, 20684, United States
Zip Code: 20684
 
Record
SN01650049-W 20080827/080825221717-79c57834f891a096a47b770dfdaa6f83 (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.