Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 09, 2016 FBO #5160
SOURCES SOUGHT

58 -- Radar Altimeter Antennas

Notice Date
1/7/2016
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Weapons Division Dept. 3, Commander, NAWCWD, Code 254300E, 575 I Ave, Suite 1, Point Mugu, California, 93042-5049, United States
 
ZIP Code
93042-5049
 
Solicitation Number
N6893616R0009
 
Archive Date
1/20/2017
 
Point of Contact
Richard Vokes, Phone: (805) 989-4012, Adrienne E. Hickle, Phone: (805) 989-8863
 
E-Mail Address
richard.vokes@navy.mil, adrienne.hickle@navy.mil
(richard.vokes@navy.mil, adrienne.hickle@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
(1) INTRODUCTION AND PURPOSE: The purpose of this Combination Sources Sought/Presolicitation notice is to make industry aware of the pending solicitation and to conduct market research to determine if responsible sources exist, to assist in determining if this effort can be competitive and to gain market knowledge of potential qualified sources and their size classifications relative to the North American Industry Classification Systems (NAICS) code 334511 for Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing which has a corresponding size standard of 750 employees. Responses to the sources sought will be utilized by the Government to determine the best acquisition strategy for this procurement and make appropriate determinations about potential sources. No solicitation is currently available and as such this is not a request for proposal and in no way obligates the Government to award any contract. A decision to set aside all or part of this requirement is dependent upon a review of the information submitted in response to this sources sought. After review of the responses to this sources sought announcement the solicitation may be published. (2) PROGRAM DESCRIPTION: The Radar Altimeter Antenna (Part No. AK124-1) is required to support the BQM-34 Subsonic Aerial Targets of the Aerial Target and Decoy Systems Program Management Office (3) REQUIRED CAPABILITIES: Rantec is the OEM for the Radar Altimeter Antennas (Part No. AK124-1), which are one of the required subsystems of the BQM-34 aerial target. These antennas (with housings) basic specifications are: Linear Polarized, 58 Degree Min. E-Plane, 42 Degree Min. H-Plane, 11.0 dB Gain Min., and operate in temperatures from -54 to 71 Degrees Celsius; and are the only ones which meet the physical and operational requirements needed to seamlessly integrate with the BQM-34 aerial target system's avionic software and altitude control system. (4) PLACE OF DELIVERY: NAVAIR-WD Aerial Target and Decoy Systems Program Management Office, Point Mugu, CA 93042-5049 (5) PRESOLICITATION/CONTRACT TYPE: The solicitation or Request for Proposal (RFP) will be posted on the FEDBIZOPPS website at http://www.fbo.gov on or about 1/21/2016. The Naval Air Warfare Center, Weapons Division, Point Mugu, CA intends to procure on an other than open competition basis (FAR 6.302-1, Only One Responsible Source) the following items: QTY; 100, Radar Altimeter Antennas P/N AK124-1. This is a sole-source award to the OEM Manufacturer, Rantec Microwave Systems, Inc. (6) SPECIAL REQUIREMENTS: The US Government's BQM-34 target system requires the use of the OEM Part Number AK124-1 with housing in order to meet the form, fit, and function requirements of the target system. The specifications of the BQM-34 target system are proprietary in nature. (7) ADDITIONAL INFORMATION: NONE (8) CONTRACTOR RESPONSE: Any firm believing it can fulfill the requirement identified above may submit a written response which shall be considered by the agency. The written response shall reference solicitation number N68936-16-R-0009 and provide a capability statement that clearly indicates the firm's experience, assets, background, and ability to perform the required work without compromising the quality, accuracy, reliability, and schedule. Contractor responses shall also include the following information: a)A reference to the solicitation number N68936-16-R-0009 and brief title of this announcement; b)Company name and address; c)Company's point of contact name, phone, fax, and e-mail; d)Declaration as to whether a U.S. or foreign company; e)Company size (Small or Large according to the identified NAICS and size standard identified), f)If your company is a Small Business, specify if your company is each of the following: (a) Service-Disabled Veteran Owned Small Business (SDVOSB); (b) HUBZone Small Business; (c) 8(a) Concern; (d) Woman-Owned Small Business; (e) Economically Disadvantaged Woman-Owned Small Business. g)Provide any anticipated teaming arrangements and delineate between work to be accomplished by the prime and the work to be accomplished by the teaming partners, h)A brief capabilities statement package (no more than 10 pages in length, double spaced, 12 point font minimum), demonstrating ability to perform the specific requirements discussed above. i)An outline of previous projects related to the program description, identify specific work previously performed or currently being performed related to the program description; and j)Any other specific and pertinent information as pertains to this particular area of procurement that would enhance the Government's consideration and evaluation of the information submitted. Questions and comments are highly encouraged. An opportunity for a site visit will be offered after the solicitation is issued. 0-Yes X-No The results of the sources sought may also be utilized used to determine if any Small Business Set-Aside opportunities exist using NAICS Code 334511 with a small business size standard of 750 employees. All Small Business Set-Aside categories will be considered. Vendors should appropriately mark any data that is proprietary or has restricted data rights. Responses shall be submitted by e-mail to the point(s) of contact listed below or mailed to the Contracting Office Address listed below no later than 15 days from this notice date. DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68936D3/N6893616R0009/listing.html)
 
Record
SN03985688-W 20160109/160107234752-f51242d5e3dfe4fe15eb2e62536c1f99 (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.