Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 28, 2005 FBO #1249
SPECIAL NOTICE

69 -- CH-46E WST & APT Modifications

Notice Date
4/26/2005
 
Notice Type
Special Notice
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Training Systems Division, 12350 Research Parkway Code 253, Orlando, FL, 32826-3224
 
ZIP Code
32826-3224
 
Solicitation Number
N61339-05-R-0079
 
Response Due
5/10/2005
 
Archive Date
5/25/2005
 
Description
Naval Air Systems Command (NAVAIR) Orlando, Training Systems Division (TSD) intends to negotiate under Federal Acquisition Regulation (FAR) Part 15 with Aero Simulation, Incorporated of Tampa, Florida, on a sole source basis under the authority of FAR Paragraph 6.302-1, ?Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements?. The scope of this effort is to modify the rate of the ICU Message for the Altimeter data. This modification will provide the needed GPWS support. The GPWS processor shall use this data on the 1553 Bus at the rate of 10HZ. In addition, upgrade the CDNU OTP to the aircraft OFP version 8.0 using the OTP development station. The HOST and The VME chassis shall also be modified in the process. This modification shall be incorporated onto the CH-46E Weapon System Trainers (WST) Device 2F173-2 located at Marine Corps Air Station (MCAS) Miramar in San Diego, CA and the other WST Device 2F173-1 is scheduled to stand up at Camp Pendleton California. The modification shall also be incorporated onto the CH-46E Aircrew Procedure Trainers (APT) Device 2F172 located in Okinawa, Japan and the APT Device 2F191 located at MCAS New River, NC. Device 2F173-1 upgrade will be provided as a kit. The Government will provide the following items as GFI for use by the contractor in accomplishing the tasks specified for this requirement: 1) CDNU OFP version 8.0, and 2) OTP Development Station (upon request). The period of performance for this effort is 6 months from award. Delivery shall be made FOB Destination and acceptance shall be made at destination, upon Government Final Inspection (GFI), which certifies that the device is Ready For Training (RFT). Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government. In doing so, interested sources must submit detailed technical capabilities, pricing, and any other information, which demonstrates their ability to meet the needs of the Government. Detailed capabilities must be submitted via e-mail to michael.lanza@navy.mil with informational copies to armando.davila@navy.mil and eddy.bernard@navy.mil no later than 2:00 PM EST on May 10, 2005. All information shall be furnished at no cost or obligation to the Government. Responses shall be limited to a maximum of FIVE pages. This synopsis is not to be considered a request for quotations or proposals. No solicitation document is available. No contract will be awarded on the basis of offers received in response to this notice, but will be used to determine if a comparable source is available and more advantageous to the Government. If no affirmative written response is received, the contract will be awarded without further notice.*****
 
Place of Performance
Address: MCAS Miramar, CA, Camp Pendleton, CA, Okinawa, JPN, MCAS New River, NC
 
Record
SN00796106-W 20050428/050426212426 (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.