SOLICITATION NOTICE
70 -- VME NTDS A/B I/O Boards P/N: HK-01101-18, Paddle Cards P/N: PB-HK010-01, and Adapter Modules P/N: AM-HK013-00
- Notice Date
- 3/8/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 2272 Suite 353 47123 Buse Road, Patuxent River, MD, 20670
- ZIP Code
- 20670
- Solicitation Number
- N00421-02-R-3157
- Response Due
- 3/25/2002
- Archive Date
- 3/25/2002
- Point of Contact
- Amanda Ankerman, Contract Specialist, Phone 301-995-8672, Fax 301-995-8670, - Joseph Mattingly, Contract Specialist, Phone (301) 995-8119, Fax 301-995-8670,
- E-Mail Address
-
ankermanad@navair.navy.mil, mattinglyjl@navair.navy.mil
- Description
- The Naval Air Warfare Center Aircraft Division intends to initiate a procurement for VME NTDS A/B I/O Boards P/N: HK-01101-18, Paddle Card P/N: PB-HK010-01, and Adapter Module P/N: AM-HK013-00. The procurement is brand-name mandatory citing statutory authority permitting other than full and open competition Title 10, U.S.C. 2304(c)(1) Only One Responsible Source and No Other Supplies or Services will Satisfy Agency Requirements, as implemented by FAR 6.302-1. The sole manufacturer of the required supplies is Sabtech Industries, which is located at 23231 LaPalma Ave, Yorba Linda, CA 92887. The Government?s minimum requirement for this procurement is for VME NTDS Boards with full VME capability meeting Institute of Electrical and Electronics Engineers (IEEE) STD 1014 Rev. C1 and that are fully compliant with NTDS MIL-STD-1397C. The units must provide a single 6U VME size with a 16 bit Input/Output via the P2 connector. They must also have the ability to offset the VME based address to allow multiple cards in a single chassis and have fully developed software compatible with existing AN/TPX-4A(V)14 software. Sabtech?s Hawke VME NTDS boards are the only VME NTDS boards currently in the marketplace that meet the Government?s minimum requirements. This action will be processed as a commercial acquisition in accordance with FAR Part 12, and simplified acquisition procedures authorized by FAR Subpart 13.5 will apply. The contract line item numbers and description are** Base Period: CLIN 0001 ? VME NTDS A/B I/O Boards (Part Number HK-01101-18) MAX QTY OF 100; CLIN 0002 ? Paddle Card (Part Number PB-HK010-01) MAX QTY OF 100; CLIN 0003 - Adapter Module (Part Number AM-HK013-00) MAX QTY OF 100; Option Period I: CLIN 0101 VME NTDS A/B I/O Boards (Part Number HK-01101-18) MAX QTY OF 100; CLIN 0102 ? Paddle Card (Part Number PB-HK010-01) MAX QTY OF 100; CLIN 0103 - Adapter Module (Part Number AM-HK013-00) MAX QTY OF 100; Option Period II: CLIN 0201 ? VME NTDS A/B I/O Boards (Part Number HK-01101-18) MAX QTY OF 100; CLIN 0202 ? Paddle Card (Part Number PB-HK010-01) MAX QTY OF 100; CLIN 0203 - Adapter Module (Part Number AM-HK013-00) MAX QTY OF 100; Option Period III: CLIN 0301 ? VME NTDS A/B I/O Boards (Part Number HK-01101-18) MAX QTY OF 100; CLIN 0302 ? Paddle Card (Part Number PB-HK010-01) MAX QTY OF 100; CLIN 0303 - Adapter Module (Part Number AM-HK013-00) MAX QTY OF 100; Option Period IV: CLIN 0401 ? VME NTDS A/B I/O Boards (Part Number HK-01101-18) MAX QTY OF 100; CLIN 0402 ? Paddle Card (Part Number PB-HK010-01) MAX QTY OF 100; CLIN 0403 - Adapter Module (Part Number AM-HK013-00) MAX QTY OF 100. The North American Industry Classification Systems (NAICS) code for this requirement is 334418 with a size standard of 500 employees. The proposed firm-fixed price, indefinite quantity contract for the equipment shall be for a period of one (1) Base Year Period, and four (4) Option Year Periods. The minimum quantity guarantee for the resultant contract will be one order in the Base Year of CLIN 0001 ? VME NTDS A/B I/O Boards (Part Number HK-01101-18) QTY OF 18; CLIN 0002 ? Paddle Card (Part Number PB-HK010-01) QTY OF 18; CLIN 0003 - Adapter Module (Part Number AM-HK013-00) QTY OF 18. This synopsis is for the basic contract and all subsequent delivery orders. This synopsis is for informational purposed only. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. However, responsible interested parties may submit information in which they identify their interest and capability to respond to this requirement. The Government reserves the right to process the procurement on a sole source basis based upon the responses received. The Government will not pay for any information received. Facsimile responses shall be accepted. Contract Specialist: Amanda Ankerman, Code 251235, Tele#301-995-8672 or via e-mail: ankermanad@navair.navy.mil If an offeror is not able to contact the Contracting Office via e-mail, please fax correspondence/requests to the point of contact above @ facsimile (301-995-8670) or telephone (301-995-8672). **END SYNOPSIS #N00421-02-R-3157. **
- Place of Performance
- Address: St. Inigoes, MD
- Zip Code: 20684-0010
- Country: USA
- Zip Code: 20684-0010
- Record
- SN00038342-W 20020310/020308213416 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |