Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 13, 2017 FBO #5530
SOLICITATION NOTICE

14 -- Airborne Set, Sensor and Telemetry Downlink, AN/DSQ-50A

Notice Date
1/11/2017
 
Notice Type
Presolicitation
 
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 Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
 
ZIP Code
08733-5083
 
Solicitation Number
N00019-17-R-0055
 
Archive Date
2/10/2017
 
Point of Contact
Christine Sager, Phone: 732-323-1600, Diana Harritt, Phone: 301-757-5954
 
E-Mail Address
christine.sager@navy.mil, Diana.Harritt@navy.mil
(christine.sager@navy.mil, Diana.Harritt@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Naval Air Systems Command (NAVAIR) intends to competitively procure the production of airborne components (AN/DSQ-50A Miss Distance Sensor (MDS)) of the AN/ULQ-104A Scoring System in accordance with Specification TGT-TAS-056A dated 17 October 2016. The AN/DSQ-50A MDS is an airborne set used in conjunction with the AN/GSQ-228 ground set or equivalent to measure scalar miss distance between aerial or surface targets and a missile or projectile during endgame intercepts. The MDS contains the non-cooperative sensor and telemetry (TM) downlink. The MDS and AN/GSQ-228 together form the AN/USQ-104A Scoring System. The AN/USQ-104A is a non-cooperative scalar scoring system. The units will be for Miss Distance Sensors (MDSs) with telemetry in the L-Band and S-Band as specified at the delivery order level. In addition, there will be associated integral logistics products and obsolescence engineering requirements for any specific AN/DSQ-50A hardware. This full and open, competitive procurement will be awarded to the Best Value offeror that meets all of the requirements outlined in the solicitation. The best value criteria and weightings will be identified in the request for proposal. It is anticipated that a predominently Fixed-Price five (5) year Indefinite Delivery Indefinite Quantity (IDIQ) type contract with a requirement for First Article Testing will be awarded. The minimum contract quantity will be ordered under the first delivery order and will be issued at the time of contract award. The solicitation will be posted on or about February 2017 to the NAVAIR homepage at http://www.navair.navy.mil - select "Opportunities" and "Open Solicitations." Except as noted here, the Government will only release the solicitation, including any subsequent amendments, on this website. No telephone requests for the solicitation will be accepted, no written requests will be accepted and no hard copies of the solicitation package will be mailed. Any amendment issued will be posted to the same website. After the solicitation release, vendors should regularly access the website to ensure they have all amendments. No emailed or faxed proposals will be accepted - only hard copies with an electronic version of the proposal on a CD. The point of contact for this effort is: Ms. Christine Sager, Contract Specialist, christine.sager@navy.mil. RELEASE OF TECHNICAL DATA PACKAGE INFORMATION: The specifications associated with this procurement have been marked with Distribution Statement D, which authorizes distribution of the document to Department of Defense (DoD) and U.S. DoD contractors, because data contains critical technology and export controlled information. In order to receive a copy of the specifications, all vendors must provide a current and active Cage Code to confirm their status as a U.S. Government contractor. Cage code status will be confirmed via the System for Award Management (SAM) at www.SAM.gov. For assistance in registering your company, please engage the SAM help desk at https://fsd.gov/fsd-gov/home.do. Additionally, contractors shall also provide evidence demonstrating an active role as a contractor supporting DoD contracts/requirements and a certified copy of DD Form 2345, Militarily Critical Technical Data Agreement. For DD2345 information call DLIS in Battle Creek, MI at 800-352-3572 or visit the Internet at http://www.dlis.dla.mil/jcp. Only after release of the Solicitation, interested offerors shall submit a written request for a copy of the Specification through Ms. Christine Sager, Contract Specialist, at: christine.sager@navy.mil. To obtain a copy of the Specification, the written request must be submitted to this office and must include the name of your company, mailing address, phone number, email address, current CAGE number and a copy of current DD Form 2345. IMPORTANT INFORMATION: Registration in the System for Award Management database will be a prerequisite for receiving an award. For more information on SAM, refer to the SAM website at https://www.sam.gov. Any questions about this announcement shall be submitted in writing to Ms. Christine Sager at christine.sager@navy.mil. Note all questions and answers specific to this solicitation will be posted to the NAVAIR website. THIS PRE-SOLICITATION NOTICE IS NOT A REQUEST FOR PROPOSAL! The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. This synopsis is for information and planning purposes only, it does not constitute a solicitation for bid or proposals, and should not be construed as a commitment by the Government. The information provided herein is subject to change and in no way binds the Government to solicit for or award a competitive contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N00019-17-R-0055/listing.html)
 
Record
SN04368950-W 20170113/170111234232-7b4fcf346d0e0b43489425017a8427f4 (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.