PRESOLICITATION NOTICE
59 -- PATRIOT MISSILE DUAL- AND SINGLE-FREQUENCY TELEMETRY KITS
- Notice Date
- 12/3/2001
- Notice Type
- Presolicitation Notice
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Weapons Division Dept. 2, Commander, NAWCWD, Code 220000D, 1 Administration Circle, China Lake, CA, 93555-6100
- ZIP Code
- 93555-6100
- Solicitation Number
- N68936-02-R-0018
- Response Due
- 1/22/2002
- Archive Date
- 2/6/2002
- Point of Contact
- Erin Strand, Contract Specialist, Phone (760) 939-7309, Fax (760) 939-8186 - Mary Jacobs, Procuring Contracting Officer, Phone (760) 939-6043, Fax (760) 939-8186
- E-Mail Address
-
strandek@navair.navy.mil, jacobsmk@navair.navy.mil
- Description
- The Naval Air Warfare Center Weapons Division, China Lake, CA, intends to award a firm-fixed price, indefinite-delivery, indefinite-quantity (IDIQ) type contract to a qualified vendor to supply (1) the FM transmitter, antenna set, power diode assembly, installation hardware, and cables for the Patriot Missile single telemetry kit; and (2) two FM transmitters, Telemetry Electronics Module (TEM), antenna set, diplexer, and the installation hardware and cables for the Patriot Missile alternate dual telemetry kit (herein referred to as single kits or dual kits, respectively). Kit is defined as all components making up the telemetry unit. At the component level, the kit requires transmitters (single- and dual-frequency), diplexers, antennas, and hardware mounting kits (single- and dual-frequency). Some components may be subject to military standard or military specification requirements. Some components require prequalification of a vendor under Source Control Drawings. To qualify a product under a Source Control Drawing, a vendor?s product must undergo first article qualification at their own expense. The Government reserves the right to waive first article for items that have previously been delivered by the offeror and accepted by the Government within the last 1 year. For the single kit, a minimum of 30 units each will be ordered at contract award and a maximum of 452 units (including 2 first article units) each may be ordered over the 5-year term of the contract. For the dual kit, a minimum of 30 units each will be ordered at contract award and a maximum of 454 units (including 4 first article units) each may be ordered over the 5-year term of the contract. Delivery shall be FOB Destination to NAWCWPNS China Lake, CA, for dual kits and White Sands, NM, for single kits. Delivery will begin 270 days after the effective date of the Delivery Order at a delivery rate of 10 units per month. Offerors should note that the diplexers for the dual kit and the antenna sets for the single and dual kits should be accomplished by Small Business Concerns. The solicitation will be issued on or about 19 December 2001 and will be available through the 2.0 Contracts Competency home page at: https://contracts.nawcwd.navy.mil/rfp-nawc.htm. The anticipated award date is June 2002. Multiple contract awards may be issued. Proposals may be submitted via electronic mail at strandek@navair.navy.mil or by fax at (760) 939-8186. The POC for this requirement is Erin Strand, Contract Specialist, at (760) 939-7309 by phone, (760) 939-8186 by fax, or strandek@navair.navy.mil by electronic mail. All responsible sources may submit a proposal, which shall be considered by the agency. See Numbered Notes 23 and 26.
- Record
- SN20011203/00000281-011207172645 (fbodaily.com)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |