Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 08, 2003 FBO #0617
SOLICITATION NOTICE

58 -- MINIATURIZED E/F BAND DIGITAL RF MEMORY MODULATOR

Notice Date
8/6/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Weapons Division Dept. 3, Commander, NAWCWD, Code 230000E, 575 I Ave, Suite 1, Point Mugu, CA, 93042-5049
 
ZIP Code
93042-5049
 
Solicitation Number
N68936-03-R-0083
 
Response Due
9/30/2003
 
Archive Date
10/15/2003
 
Point of Contact
Billy Kilby, Contracting Officer, Phone (805) 989-8418, Fax (805) 989-0561, - Nathan Simpson, Procuring Contracting Officer, Phone (805) 989-1303, Fax (805) 989-0561,
 
E-Mail Address
billy.kilby@navy.mil, nathan.simpson@navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The Naval Air Warfare Center Weapons Division, Point Mugu, CA intends to procure, on a competitive basis, miniaturized E/F Band digital RF memory modulators (DRFM), and incidental Repair Services for DRFMs in accordance with NAWCWD Statements of Work, NAWCWD Performance Specification 13672-ATS666B and NAVAIR Envelope Drawing 1611AS9396B. It is anticipated that this requirement will be awarded during the period November 2003 through January 2004. It is planned to award an Indefinite Delivery Indefinite Quantity (IDIQ) type contract with Delivery Order 0001 being issued concurrent with award. Delivery Order 0001 will meet the contract?s minimum order requirement. Delivery Orders will be issued for a four year period with pricing based on four one year ordering periods. Pricing of the DRFM units shall be on a fixed price basis and pricing for the Repair Services shall be on a time and material basis. The DRFM's operating frequency range is 3,050 Megahertz to 3,550 Megahertz. The DRFM shall have the ability to receive, and store a continuous wave or phase code radar signal with or without frequency and/or phase coding. The DRFM shall be capable of providing three different modes of operation. The DRFM shall coherently retransmit the radar?s signal with a fixed or progressive time delay. The DRFM shall be able to extend the length of the output pulse over that of the received pulse by repetitively retransmitting the stored pulse. The DRFM shall be capable of transmitting a pre-selected number of stored replicas. The number of replicas, their initial delay, and their spacing shall be programmable. The DRFM shall operate with a steady state power voltage of 27 plus or minus 4 VDC. The DRFM current drain shall not exceed 4.5 amperes. The total weight of the DRFM shall not be greater than 25 pounds. Contract award will be on either a First Article Required basis or First Article Waived basis. For award on a First Article Required basis, Delivery Order 0001 will be for 1 each First Article Unit, 1 lot First Article Testing, and 1 lot Technical Data. For award on a First Article Waived basis, Delivery Order 0001 will be for 1 each Initial Order Unit, and 1 lot Technical Data. Total IDIQ quantities are 160 IDIQ production units, 2 each Engineering Manuals, 4 lots DRFM Repair Services. During the four ordering periods, for each ordering period quantities are as follows: 40 each IDIQ production units, 1 lot Technical Data (Individual Delivery Order Progress and Test Reports), and 1 lot DRFM Repair Services. Delivery of all units shall be FOB Destination, Naval Air Station, Point Mugu, CA. For Delivery Order 0001 with award on a First Article Required basis, deliver one each First Article Unit 45 days after approval of First Article Test Report, complete 1 lot First Article Testing within 300 days after issuance of DO. For Delivery Order 0001 with award on a First Article Waived basis, deliver one each Initial Order Unit 330 days after issuance of DO. On subsequent orders of IDIQ Production Units deliver at a minimum rate of 2 each per month to commence within 300 days after issuance of DO. Technical data items shall be delivered as specified in the basic contract?s Contract Data Requirement Lists. The solicitation will be issued on or about August 25, 2003 and will be available through the 2.0 Contracts Competency homepage at: https://contracts.nawcwd.navy.mil/rfp-nawc.htm. Some portions of the RFP are not available electronically. It is the offer?s responsibility to contact the Government Representative cited in the RFP (and listed below) in order to copies of the portions of the RFP that are not available electronically. These documents will be issued concurrent with the issuance of the RFP. To request copies of these documents, contact Billy E. Kilby, Contract Specialist via E-mail at billy.kilby@navy.mil with the following information: company name, company mailing address, company?s CAGE code, company?s point of contact, and the point of contact?s email address. If you want to be notified when the solicitation and amendments to the solicitation (if any) are posted to the 2.0 Contracts Competency home page, register with NECO at http://www.neco.navy.mil and include FSC 5865. All responsible sources may submit a proposal, which shall be considered by the agency. See notes 1 and 26.
 
Place of Performance
Address: TBD
 
Record
SN00393964-W 20030808/030806214101 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.