Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 01, 2006 FBO #1648
SOLICITATION NOTICE

58 -- Microwave Power Module

Notice Date
5/30/2006
 
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
N6893606R0087
 
Response Due
8/1/2006
 
Archive Date
9/1/2006
 
Description
The Naval Air Warfare Center Weapons Division, Point Mugu, CA intends to procure, on a competitive basis, Microwave Power Modules, Engineering and Technical Support for MPMs, and Repair Services for MPMs. Two types of MPMs are covered under this procurement, Type II and a High Power variant, in accordance with NAWCWD Statements of Work, NAWCWD Performance Specifications 13672-ATS637G for Type II, and 13672-AST718 for the High Power variant. In addition NAVAIR Envelope Drawings 1611AS474 and 1611AS13081 are applicable for the Type II and High power variant respectively. It is anticipated that this requirement will be awarded during the period 01 DEC 2006 through 31 JAN 2007. 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 five year period with pricing based on! five one year ordering periods. Pricing of the MPM units shall be on a fixed price basis and pricing for the Engineering and Technical Support Services and Repair Services shall be on a time and material basis. The Type II MPM operating frequency range is 6.0 Gigahertz to 18.0 Gigahertz. The High Power MPM operating frequency range is 6.0 Gigahertz to 11.0 Gigahertz. The MPMs shall operate with a steady state power voltage of 27 plus or minus 4 VDC. The current drain shall not exceed 15 amperes current for the Type II, and 40 Amperes for the High Power variant. The total weight of the MPM shall not be greater than 10 pounds for the Type II and 40 pounds for the High Power variant. The MPMs shall provide CW amplification for RF signals within their bandwidths in the order of 50 to 100 Watts for the Type II and 250 Watts for the High Power variant. Contract award will be on a First Article Required basis. Delivery Order 0001 will be for 1 each First Article unit, 1 lot First Article Testing, 2 each Engineering Manuals and 1 lot Technical Data. During the five ordering periods, The quantities for the five ordering periods are as follows: 53 (each ordering period) IDIQ production units, 1 lot Technical Data (Individual Delivery Order Progress and Test Reports), 1 lot MPM Engineering and Technical Support Services and 1 lot MPM Repair Services. Delivery of all units shall be FOB Destination, Naval Air Station, Point Mugu, CA. For Delivery Order 0001, 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 and deliver 2 each Engineering Manual 90 days after approval of First Article Test Report. On subsequent orders of IDIQ Production Units (maximum of 69 each per ordering period), deliver at a minimum rate of 5 each per month to commence within 300 days after issuance of DO. It is anticipated the solicitation will be issued on or about 30 June 2006 and will be available at NECO. 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 obtain paper copies of the RFP sections that are not available electronically. To request paper copies of these documents, contact Tim Byrnes, Contract Specialist via E-mail at timothy.byrnes@navy.mil or via mail to Naval Air Warfare Center Weapons Division, Code 230000E, Attn: T. Byrnes, 521 9th Street, Point Mugu, CA 93042-5001. The anticipated due date for proposals is 1 August 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 note 26. NAICS Code = 334220 Place of Performance = N/A Set Aside Default = N/A
 
Record
SN01059250-W 20060601/060530220834 (fbodaily.com)
 
Source
FedBizOpps 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.