Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 26, 2003 FBO #0759
SOURCES SOUGHT

59 -- (1) Modified XIIA-capable airborne transponder system and (2) Modified XIIA-capable interrogator system

Notice Date
12/24/2003
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441 21983 Bundy Road Unit 7, Patuxent River, MD, 20670
 
ZIP Code
20670
 
Solicitation Number
N00421-04-R-TBD1
 
Response Due
1/23/2004
 
Archive Date
2/7/2004
 
Point of Contact
Rebecca Woods, Contract Specialist, Phone (301) 995-8943, Fax (301) 995-8670, - Don Mumbert, Contracting Officer, Phone 301-995-8553, Fax 301-995-8670,
 
E-Mail Address
woodsra@navair.navy.mil, Donald.Mumbert@navy.mil
 
Description
?Sources Sought Synopsis.? This synopsis is a market research tool being used to determine potential sources prior to determining the method of acquisition for a Request for Proposal. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. Interested sources should provide a capabilities package no longer than 5 pages demonstrating ability to provide the hardware listed below. Include any pertinent information on contracts that have been performed by the company, similar in size and complexity to this effort. The Naval Air Warfare Center Aircraft Division (NAWCAD), St. Inigoes, Maryland is seeking potential sources capable of manufacturing Mode 5 (Mark XIIA)-capable Identification Friend or Foe (IFF) equipment that are capable of modifying said equipment to support the planned Mark XIIA Air to Ground Identification Capability (MAAGIC) Advanced Concept/Technology Demonstration (ACTD). With the information gathered from this announcement, the government may solicit competitive proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract. The hardware required is as follows: (1) Modified XIIA?capable airborne transponder system and (2) Modified XIIA?capable interrogator system. Neither system will require cryptography-compatibility for this ACTD. Software changes for both the transponder system and interrogator system will focus on changes in sequence of operations. This effort is for the equipment and software changes to the equipment to support the proposed ACTD system, and will not require any electric or electronic integration. A complete concept of system operation will be available. Interested sources are encouraged to submit the following information at NO COST or obligation to the Government within 30 days of publication of this notice: (1) Company Name; (2) Company Address; (3) Company Business Size; (4) Point of Contact name, telephone number, fax number, and email address; (5) DUNS number; and (6) any brochure or pictures available of similar items. Responses should include the requested information as described above and any other ideas, suggestions or comments. It is highly encouraged that packages be submitted electronically to the Contract Specialist in Microsoft Word format or Portable Document Format (PDF) at the following address: WoodsRA@navair.navy.mil. Alternatively, the package may be faxed to 301-995-8670, Attn: Rebecca Woods, Code 2.5.1.2.1.3 or mailed to the following address: Naval Air Warfare Center Aircraft Division, Contracts Division, Villa Road, Bldg 8110, St. Inigoes, MD 20684-0010, Attn: Rebecca Woods, Code 2.5.1.2.1.3. Telephone and other means of requesting information will not be permitted. The submitted information and data packages will not be returned and may form the basis for future Navy requirements. No solicitation exists. If a solicitation is released, it will be synopsized. It is the potential offeror?s responsibility to monitor these sites for release of any solicitation or synopsis. Respondents will not be notified about the outcome of the Government?s review of the solicited information. This announcement contains the best currently available information and is subject to change.
 
Place of Performance
Address: Contractor Facility
 
Record
SN00495687-W 20031226/031224212055 (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.