Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 23, 2017 FBO #5874
SOURCES SOUGHT

59 -- Sterrable Antenna Systems

Notice Date
12/21/2017
 
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, 429 E. Bowen Rd. Stop 4015 - CL, 575 'I' Ave, Bldg 36, Ste 1116 - PM, China Lake/Pt Mugu, California, 93555-6108, United States
 
ZIP Code
93555-6108
 
Solicitation Number
N6893618R0007
 
Archive Date
1/19/2019
 
Point of Contact
Rachelle Stacy, Phone: 760-939-4234, Joel Blaine Ashworth, Phone: (760) 939-2459
 
E-Mail Address
rachelle.stacy@navy.mil, joel.ashworth@navy.mil
(rachelle.stacy@navy.mil, joel.ashworth@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
INTRODUCTION The Naval Air Warfare Center Weapons Division (NAWCWD) at China Lake, CA is seeking qualified vendors to procure: 8 types of Steerable Antenna Systems (SAS), AST-9 Antenna Couplers, Teardown and Evaluations, Repair Services and Engineering and Technical Services in accordance with the NAWCWD Statement of Work, NAWCWD Performance Specifications 13672-ATS-654L and 13672-ATS-TRD-140B, and NAVAIR Envelope Drawings 1611AS2879, 1611AS2870, 1611AS2882, 1611AS2880, 1611AS2883, 1611AS2886-1, 1611AS2886-2 and 1611AS2887. THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential and eligible firms, of all sizes, capable of providing the supplies described herein prior to determining the method of acquisition and issuance of a Request for Quote. The responses to this Sources Sought will be utilized to determine if any small business set aside opportunities exist. ELIGIBILITY The applicable NAICS code for this requirement is 334511, with an employee size standard of 1,250. The anticipated Product Service Code (PSC) for this requirement is 5985. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. REQUIREMENTS The Steerable Antenna is a state of the art system designed to continually track a point in space, defined by an RF beacon, with a high gain antenna beam. The frequency ranges of the SAS are as follows: 1) Type I - 8.7 to 9.5 GHz, 2) Type II - 14.0 to 15.2 GHz, 3) Type III - 8.7 to 9.85 GHz, 4) Type VI- 8.8 to 10.3 GHz, 5) Type VII- 8.8 to 10.3 GHz, 6) Type IX- 7.8 to 10.3 GHz, 7) Type X- 11.9 to 17.5 GHz. Types I, II, III, VI, and VII are for Tracking functions, whereas Types IX, and X are for Non-Tracking functions. Pricing of the SAS and AST-9 Coupler units, the Teardown and Evaluations, and the Repair Services shall be on a firm fixed price basis and pricing for the Engineering and Technical Services shall be on a cost plus fixed fee basis. The AST-9 Antenna Coupler shall be capable of absorbing RF energy emitted from all variants of the AST-9(V) pod while allowing the user to perform O-level checks on the system by monitoring the RF energy characteristics. Contract award may be on a First Article Required or First Article Waived basis for the SAS Type II and the AST-9 Antenna Coupler. The Government reserves the right to waive First Article for units that have been previously delivered by an offeror and accepted by the Government within the last two years. A minimum of 1 unit will be ordered at contract award, and a maximum of 2 first article units, 325 production units of the various SAS Types and AST-9 coupler, and services may be ordered over the five-year period of performance. Delivery of all units shall be FOB Destination to Naval Air Station, Point Mugu, CA. beginning no later than 300 days after the effective date of the delivery order or upon completion of prior delivery orders at a rate no less than 3 units per month. SUBMISSION DETAILS Interested parties are requested to submit a brief capabilities statement (no more than ten (10) 8.5X11 inch pages in length, 12 point font minimum). 1.Demonstrate the ability to perform the services listed in the DRAFT SOW and the ability to provide equipment meeting the specifications listed in the Specification Sheet. Include manufacturer and specification information for equipment. 2.Company Name; Company Address; Point-of-Contact name, phone, fax number, and e-mail address. 3.Company profile to include number of employees, annual revenue history, office location(s), DUNS number, and company size (small or large according to the NAICS and size standard listed above); If your company is a Small Business, specify if your company qualifies for the following: Service-Disabled Veteran Owned Small Business; HUBZone Small Business; 8(a) Concern; Woman-Owned Small Business; Economically Disadvantaged Woman-Owned Small Business. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Rachelle Stacy, via email at rachelle.stacy@navy.mil, in either Microsoft Word (fully compatible with Microsoft office 2003) or Portable Document Format (PDF). Submissions must be received by 3:00 p.m. Pacific Standard Time on 19 JAN 2018. Questions or comments regarding this notice may be addressed by email to the Contract Specialist at rachelle.stacy@navy.mil. All documents submitted shall reference this synopsis number. Information and materials submitted in response to this request WILL NOT be returned. Classified material SHALL NOT be submitted. 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/notices/45202a30f7b8cf59195d117c5206b182)
 
Record
SN04773344-W 20171223/171221231034-45202a30f7b8cf59195d117c5206b182 (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.