Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 2,1998 PSA#2023

Commander, Naval Air Warfare Center Weapons Division, Code 220000E, 521 N. 9th Street, Point Mugu, CA 93042-5001

58 -- AN/DPM-26A TEST SET, TRANSPONDER SOL N68936-98-R-0073 DUE 032498 POC Kate Stombaugh, Contract Specialist, 805/989-0677/Billy E. Kilby, Contracting Officer Naval Air Warfare Center Weapons Division (NAWCWPNS) Point Mugu, CA is soliciting competitive proposals for AN/DPM-26A Organization Level Test Sets, which will perform testing on the AN/DPN-90 V(1) and V(2) Transponder. The AN/DPM-26A Transponder Test Set shall be manufactured and qualified in accordance with NAWC Performance Specification, TGT-TAS-020A and Section "C" of SOL N68936-98-R-0073. Technical Data is also required. First Article Testing is required and will not be waived. The AN/DPM-26A Transponder Test Set is used to test the AN/DPN-90 V(1) and AN/DPN-90 V(2) Transponders. The AN/DPN-90 Transponders are radar tracking transponders. The AN/DPN-90 V(1) is a G-band radar tracking transponder with an operating frequency of 5400 to 5900 Megahertz (MHz). The AN/DPN-90 V(2) is an I-band radar tracking transponder with an operating frequency of 9000 to 9500 MHz. The AN/DPN-90 transponders are intended for use in full scale and subscale expendable aerial targets and surface targets. The transponder are used to meet World Range Safety Requirements for FAA and FCC approved search radar tracking systems to provide a positive identification of target craft within the cognizant range operating areas. The AN/DPM-26A Transponder Test Sets shall be portable and designed to provide a go/no-go indication for the AN/DPN-90 V(1) and AN/DPN-90 V(2) transponders. The basic contract will be for 2 each First Article Units, 1 Lot First Article Testing and l Lot Data. The First Article Units and First Article Testing shall be completed no later than 360 days after contract award. Delivery of First Article Units shall be no later 14 days after approval of the First Article Test Report. The contract will include four options for production units and data. Each option will be for 2 each Production Units and 1 Lot Data. Delivery of Option I Production Units shall be at a minimum rate of 2 each production units per month to commence no later than 180 days after exercise of Option I. Delivery of Option II, III and IV Production Units shall be at a minimum rate of 2 each Production Units per month to commence no later than 30 days after completion of the delivery of previous option units or no later than 180 days after exercise of the option, whichever is earlier. Delivery of all units shall be FOB Destination, Naval Air Weapons Station, Point Mugu, CA. Copies of the specification and statement of work will be provided with the solicitation. For a copy of the solicitation, submit written requests to Kate Stombaugh, Contract Specialist via mail to T&E and Logistics Contracts Department, NAVAIRWARCENWPNDIV, 521 9th Street, Point Mugu, CA 93042-5001 or via FAX to (805) 989-0561. Requestors are to provide the following information in their request: Business name and mailing address, company point of contact, business size, CAGE code, CEC number, TIN number, telephone number and FAX number. All responsible sources may submit an offer which will be considered. See Notes 1 and 26. (0029)

Loren Data Corp. http://www.ld.com (SYN# 0329 19980202\58-0004.SOL)


58 - Communication, Detection and Coherent Radiation Equipment Index Page