Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 06, 2010 FBO #3024
SOLICITATION NOTICE

J -- Maintenance, Repair, and Rebuilding Equipment

Notice Date
3/4/2010
 
Notice Type
Presolicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
N00178 NAVAL SURFACE WARFARE CENTER Dahlgren Division 17362 Dahlgren Road Suite 157 Dahlgren, VA
 
ZIP Code
00000
 
Solicitation Number
N0017810R3022
 
Response Due
4/19/2010
 
Archive Date
11/30/2010
 
Point of Contact
Phil Makely 540-653-5832 Phil Makely,Voice: 540-653-5832,Fax: 540-653-6810
 
Small Business Set-Aside
N/A
 
Description
This synopsis is being posted to both the Federal Business Opportunities (FBO) page located at http://www.fbo.gov and the Navy Electronic Commerce on Line (NECO) site located at http://www.neco.navy.mil. While it is understood that FBO is the single point of entry for posting of synopses and solicitations to the internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by the Navy Sea Systems Command. The Naval Surface Warfare Center, Dahlgren Division (NSWCDD) has a requirement for a Firm Fixed-Price contract to upgrade the current CEESIM Pulseman RF Simulator System including reassembly, configuration, alignment, integration, and testing of the associated system hardware. As authorized by FAR Part 6.301-1, this service and hardware to refurbish the CEESIM system will be procured on a sole source basis from Northrup Grumman Amherst Systems, 1740 Wehrle Drive, Buffalo, NY, 14221-7032. The procurement of these services is a follow on replacement to the existing CEESIM System that has been utilized successfully for a substantial period of time to accomplish program and mission objectives. Ahmerst Systems is the proprietary manufacturer of the CEESIM System and is the only company capable of fulfilling NSWCDL technical requirements. All responsible sources may submit a capability statement, proposal, or quotation which shall be considered by NSWCDD. Technical Requirements: The contractor shall perform replacement, upgrade, or refurbishing services that modify the existing CEESIM software so that it runs on a current maintainable operating system. The contractor is required to re-use as much of the existing scenario control software as possible. Updated scenario control software shall be capable of running all the existing currently defined scenario files that have been created for development testing on each of the existing families of systems. The contractor shall re-use all possible existing system hardware items. The following list of work shall be performed to the specifications listed: Refurbish the single channel and the double channel CEESIM systems so that they are capable of the following specifications: Frequency Locked OscillatorBi-phase modulationPulse Density of 500 kpps at an operating range of 0-50 C.Non-obsolete components500,000 pulses/secondPRI Resolution of 7.8 nanosecondsPW Resolution of 7.8 nanosecondsSimulation of Chirp/FMOP (Frequency Modulation on Pulse) and PMOP (Pulse Modulation on Pulse) intrapulse modulation15.6 nanosecond FMOP modulation Develop one of the single channel CEESIM systems in such a way that the channel hardware from the other CEESIM can be added to make a two channel CEESIM system. Develop a two channel CEESIM system in such a way that the one set of RF components can be removed and put in the other CEESIM system enabling the unit to be able to be configured as a one two-channel CEESIM system, or, as two one-channel CEESIM systems. Deliver and integrate two rack mountable scenario control computers and updated scenario control software for controlling the CEESIM systems. When one of the CEESIM systems is configured as a two channel system, both channels shall be controlled by the same scenario control computer. These computers must have removable disk drives and meet DoD classified data storage requirements. Develop scenario software in such a way that it can either use existing scenarios from older CEESIM models or utilize a conversion routine for such files. Accompanying documentation shall include an Operations and Maintenance Manual, Users Manual, Instructions for reconfiguring CEEESIM channels, and a Technical Data Package (drawings and parts listing). The contractor shall deliver quarterly financial progress reports, quarterly interim technical progress reports, and conduct a comprehensive training class at NSWCDD on how to utilize the upgraded capabilities of the overhauled system. Contractor shall also develop a calibration kit for use by both CEESIM systems which NSWCDD shall consider for optional addition to its operating hardware. A firm fixed priced contract is anticipated. Delivery shall be FOB Destination to the Naval Surface Warfare Center, Dahlgren, VA. Inspection and acceptance will be at Destination by Naval Surface Warfare Center Dahlgren, Z17 technical personnel. The solicitation will be issued on or about 20 March 2010 under Solicitation Number N00178-10-R-3022. The delivery date shall be determined upon award but shall not exceed 31 December 2010. The anticipated date of award is on or about 15 June 2010. The Naval Surface Warfare Center Dahlgren Division, Dahlgren Laboratory Procurement Division has implemented Electronic Commerce (EC) in the acquisition area; therefore, this synopsis and any applicable amendments will be available on the World Wide Web at http://www.nswc.navy.mil/SUPPLY. The Department of Defense (DoD) and its individual agencies will no longer award contracts to contractors not registered in the Central Contractors Registration (CCR) database. Registration may be accomplished by accessing the CCR Web site at http://www.ccr.gov. A paper registration form may be obtained for the DoD Electronic Commerce Information Center at 1-888-227-2423. Contracting Office Address: N00178 NAVAL SURFACE WARFARE CENTER Dahlgren Division 17362 Dahlgren Road Suite 157 Dahlgren, VA 22448-5110 Point of Contact(s): Phillip M. Makely - phillip.makely@navy.mil Voice: 540-653-5832, Fax: 540-653-6810 Document Type:1. Synopsis/Solicitation Number: N00178-10-R-3022 Synopsis Response Date: 15 Days (Required Field in NECO) Block 17/Description-Synopsis Text:Engineering Services to design and construct an Anechoic Chamber Test Cell. 2. BAA ___N/A____________ 3. Amendment #: _______ Date: ______________Closing Date Changed to: _______ 4. Solicitation: Solicitation #: _________________ Issue Date: ________________ Close Date: ________________ 5. Award Synopsis: CLINS: Synopsis #: Contract #: Contract Award Date: Award Amount: Company Awarded To and Address:
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00178/N0017810R3022/listing.html)
 
Record
SN02083175-W 20100306/100304234943-a28695ef734434bd2cf27fa82f395ca3 (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.