Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2004 FBO #0983
SOURCES SOUGHT

58 -- FERRITE SWITCH HARDWARE PRODUCTION

Notice Date
12/12/2003
 
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-0028
 
Response Due
12/19/2003
 
Point of Contact
John McCormick, Contract Specialist, Phone (301) 995-8899, Fax (301) 995-8670, - Josephine Scully, Contract Specialist, Phone (301) 995-8117, Fax 301-995-8670,
 
E-Mail Address
john.P.mccormick@navy.mil, josephine.scully@navy.mil
 
Description
“Sources Sought Synopsis” This is a sources sought as well as a mechanism for obtaining feedback from industry in regard to the general requirements as stated in this synopsis. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential sources prior to determining the method of acquisition and issuance of 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. The Department of the Navy, Naval Air Systems Command, Aircraft Division (NAVAIR-AD) Patuxent River at St. Inigoes, Air Traffic Control and Landing Systems (ATC&LS) has been designated as the In-Service Engineering Agent. As part of this effort, the Approach Systems Branch must procure material for ATC&LS equipment, specifically for the AN/SPN 35C Aircraft Control Approach Central. The AN/SPN-35C is a reliability and maintainability upgrade that will be a functional replacement for the legacy AN/SPN-35B systems currently installed aboard LHA/LHD ships. Currently there is a requirement for the fabrication of the Ferrite Switch for the AN/SPN-35C. The Ferrite Switch must conform to military standard MIL-I-45208A/1 (Inspection System Requirements), military standard MIL-STD-129M (Marking for Shipment and Storage), and NAWC-AD Specification Control Drawing No. 43140-00517 for the AN/SPN-35C Ferrite (X-Band) Switch. The contractor shall provide such parts, components accessories, and related materials to fabricate the Ferrite Switch. Materials or parts used in the fabrication of this equipment shall conform to the NAWC-AD specifications, and is subject to Quality Assurance per military standard MIL-I-45208A/1 with inspectors clearly delineated. The contractor shall deliver the material no later than 180 days after award of an order. The contract type is anticipated to be an Indefinite Delivery-Indefinite Quantity, Firm Fixed Price contract. The period of performance consists of one base year plus four option years. The base period and each one year option will have a minimum quantity of one and a maximum quantity of four Ferrite switches to be ordered. The North American Industry Classification System (NAICS) Code is 334511 with a small business size standard of 750 people. Basis for award of the resultant contract will be best value to the Government, lowest cost and technically acceptable. It is the Government’s intention to release the solicitation, including any subsequent amendments, via the Internet in Microsoft Word format, with attachments to be provided in Microsoft Word, Microsoft Excel, PowerPoint, and Portable Document Format (PDF). Eventual complete solicitation and related documents will be made available on the NAVAIR Home Page at a later date. Potential Offerors responding to this sources sought announcement will be notified via email when the solicitation is released. It is recommended that you respond to this synopsis if you would like to be notified electronically upon release of the solicitation. Interested sources should provide a capabilities package no longer than 10 pages demonstrating ability to deliveries the hardware listed above. This documentation should address, as a minimum, the following: prior/current corporate experience in performing similar efforts within the past three years including contract number, organization supported, indication of whether a prime or subcontractor, contract value, Government point of contact and current telephone number, and a brief description of how the contract referenced ensures the fabrication, timely delivery, and support required by the Statement of Specifications. The www server may be accessed using client browsers such as NETSCAPE and Microsoft Internet Explorer. The www address or URL for the NAVAIR Home Page is http://www.navair.navy.mil/doing_business/open_solicitations. Interested sources are requested to submit a capability package no later than 19 December 2003 as well as any questions, comments or suggestions to the point-of-contact for this procurement, LT Johnny McCormick, Code 2.5.1.2.3.4, Naval Air Warfare Center Aircraft Division, Villa Road, Building 8110, St. Inigoes, MD 20684-0010; telephone: (301) 995-8899, or preferably via E-mail at john.P.mccormick@navy.mil. The Contracting Officer is Mrs. Josephine Scully, telephone: (301) 995-8117. All responses must include the following information: Company name; Company address; Company Business Size; and Point-of-Contact (POC) name, phone number, fax number, and e-mail address. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (12-DEC-2003). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 03-AUG-2004, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/NAVAIR/N00421/N00421-04-R-0028/listing.html)
 
Place of Performance
Address: VILLA RD ST INIGOES, MD
Zip Code: 20684
Country: USA
 
Record
SN00636360-F 20040805/040803214721 (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.