Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 16, 2010 FBO #3065
MODIFICATION

66 -- RF Monitors

Notice Date
4/14/2010
 
Notice Type
Modification/Amendment
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
 
ZIP Code
08733-5083
 
Solicitation Number
N68335-10-R-0053
 
Archive Date
5/18/2010
 
Point of Contact
Joseph J McGann, Phone: 732-323-2921, Keith P Davis, Phone: 732-323-2243
 
E-Mail Address
joseph.mcgann@navy.mil, keith.davis@navy.mil
(joseph.mcgann@navy.mil, keith.davis@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Naval Air Warfare Center Aircraft Division (NAWCAD), Lakehurst, NJ intends to procure an AN/SPN-41/41A Transmitting Set, Radio Frequency Monitor (RFM) with Video/Digital Output for the Air Traffic Control Division of NAWCAD, St. Inigoes, MD. The work to be performed as part of the program includes the design, fabrication, assembly, production, test and evaluation, and initial logistics support including documentation necessary to qualify the configuration. This requirement is anticipated to be awarded as a Firm-Fixed Price, 5-year Indefinite Delivery, Indefinite Quantity contract with an estimated maximum quantity of 88 units. This will be a full and open competition. The Frequency/Power Measurement Module shall be used to measure the frequency, power, pulse width and pulse spacing, and bandwidth for AN/SPN-41() installed aboard CVN and LHA/LHD Class ships of the U.S. Navy. The contractor shall supply two first article units for testing in accordance with the contract to be delivered within 90 days or less after award of the contract and 30 days prior to the scheduled acceptance testing. The unit shall be tested per a government approved Acceptance Test Procedure (ATP) at the government facility located at Webster Field, MD. The RF performance of the first article units shall be functionally equivalent to the performance of the deliverable production units per the performance SOO. The first article units shall maintain an equivalent mechanical form factor to the deliverable production units per the mutually agreed upon ICDs. It is mandatory for offerors to register with the Central Contractor Registration (CCR) Database. The CCR provides the DUNS (Data Universal Numbering System + 4 numbers) number and a company’s CAGE (Commercial and Government Entity) code that will be required to conduct business with the Department of Defense. Award will be based on a determination of “Best Value”, which may require discussions with the offerors. The evaluation factors will be Technical, Past Performance, and Price. The solicitation and applicable attachments will be posted to the NAVAIR homepage located at http:// www.navair.navy.mil (Select “Business Opportunities” then “Open Solicitations” then N68335-10-R-0053) on or about 14 April 2010. Hard copies of the solicitation and amendments will NOT be mailed to the contractors.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-10-R-0053/listing.html)
 
Place of Performance
Address: Webster Field, St Inigoes, Maryland, 08733, United States
Zip Code: 08733
 
Record
SN02121440-W 20100416/100414234801-432441783aab22ea2a4d428074f9b508 (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.