Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 28, 2005 FBO #1432
SOLICITATION NOTICE

16 -- NP-3C Range Support Aircraft

Notice Date
10/26/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
N68936 Naval Air Warfare Center Weapons Division Dept. 3 575 I Ave, Suite 1 Point Mugu, CA
 
ZIP Code
00000
 
Solicitation Number
N6893606R0008
 
Response Due
1/9/2006
 
Archive Date
3/9/2006
 
Description
The Naval Air Warfare Center Weapons Division, Point Mugu, CA, is soliciting proposals on a full and open, competitive basis to award a cost plus fixed fee contract to perform the efforts required to design, develop, provide, document, install, integrate and test (verify the integration) the aircraft modifications and range instrumentation on three (3) P-3C airframes. Air Test and Evaluation Squadron 30 (VX-30) currently operates three NP-3D, variant P-3A aircraft out of Pt. Mugu, CA in the performance of the following primary range support mission areas: sea range surveillance and clearance; remote flight termination and command destruct; telemetry data receive, record, relay, and processing; photo and video recording of missile flight and intercepts. Within the next three years, these aircraft are scheduled to be retired due to the increasing cost of their maintenance, aging aircraft issues, and future sustainability within the Navy inventory. However, the range support mission remains, and in fact, has grown in complexity. Therefore, it is the purpose of this synopsis to call for the design and implement modifications to newer airframes (NP-3C) to continue the mission for a minimum of ten years. This effort will involve two tasks of different levels of complexity. The less complex task is the adaptation of existing components and their installations from existing NP-3D airframes to the newer NP-3Cs. These components are those that accomplish the following: sea range surveillance and clearance; flight termination, safety of flight monitoring and command destruct in UHF-Band; and Optical Airborne Tracking System (Cast Glance), and the GPS Translator Processor (GTP) of the Translated GPS Range System. Additional instrumentation and installation is required for an encrypted high data rate SATCOM (C & Ku band), and INMARSAT. The greater level of complexity task is the design and installation of a modernized telemetry suite, including antenna(s), receivers, and processors, to accomplish the NP-3C's m ission area of telemetry data receive, record, relay, and processing. At a high level of complexity, a modernized Advanced Airborne Telemetry System (AATS) shall be capable of tracking and dual polarization telemetry reception of 5 independent targets in S-Band and shall be capable of the same performance for 2 independent targets in L-Band. A successful AATS design will balance initial costs, recurring costs, and performance. It is anticipated that the antenna design and installation will be the most challenging component of the AATS. Serious consideration should be given to any design's effect on aircraft aerodynamic performance and the impact of airframe structural modifications on the fatigue life of the airframe and the impact to the Fatigue Life Expenditure (FLE) computer models. It is anticipated the solicitation will be issued on or about 20 November 2005 and will be available at NECO. Specifications will be available from the contract specialist, Nancy Landeros at nancy.landeros@navy.mil phone 805-989-1880. The specifications will be available concurrent with the issuance of the solicitation. Foreign access to critical technologies needed for the performance of this contract are not approved for release. FOCI contractors cannot be permitted access to the information required for full performance of this contract. When requesting specifications, please provide the company name, company mailing address, company's cage code, company's point of contact and the point of contact?s e-mail address. No hard copies of the solicitation will be furnished unless absolutely necessary. The anticipated due date for proposals is 09 January 2006; however the actual proposal date will be stated in the solicitation when issued. Proposals must be written in English and all costs proposed must be in US dollars. All responsible sources may submit a proposal which shall be considered by the agency. See numbered note 26. NAICS Code =336411 Place of Performance = N/A Set Aside Default = N/A
 
Record
SN00921341-W 20051028/051026212219 (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.