Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 25, 2006 FBO #1733
SOLICITATION NOTICE

59 -- RF Modules Production and Services

Notice Date
8/23/2006
 
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
N6893606R0031
 
Response Due
12/1/2006
 
Archive Date
2/1/2007
 
Description
The Naval Air Warfare Center Weapons Division, Point Mugu, CA intends to procure, on a competitive basis, RF Modules, Engineering and Technical Support for the RF Modules, and Repair Services for the RF Modules. Three types of RF Modules are covered under this procurement, RF #1, RF #2 and RF #3, in accordance with NAWCWD Statements of Work, NAWCWD Performance Specifications 13672-ATS-678C (RF #1), 13672-ATS-681H (RF #2), and 13672-ATS-687B (RF #3). In addition, NAVAIR Envelope Drawings 1611AS12357 (RF #1), 1611AS12394 (RF #2), and 1611AS12398 (RF #3) are applicable. It is anticipated that this requirement will be awarded during the period 01 December 2006 through 31 January 2006. 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 RF Modules 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 RF modules are state-of-the-art modules that have the ability to control and modulate RF signals through multiple paths. The RF modules cover the frequency band of 8-12 GHz with full performance and 6-18 GHz with degraded performance. These modules are required to meet stringent form factor and environmental requirements. The required performance for the RF #1 includes 8-bit digital phase shifters, 8-bit attenuators, high speed switches, power dividers, combiners, temperature and gain compensation and power amplification. The RF# 1 is required to fit within a single VME-3U card slot. Note, the height of the RF #1 module is expanded slightly greater than the standard VME-3U as illustrated in the drawing 1611AS12357. The required performance for the RF #2 includes delay lines, high speed switches, power dividers, com biners, temperature and gain compensation and power amplification. The RF #2 module is required to fit within the envelope of 3 VME-3U cards as illustrated in 1611AS12394. The required performance for the RF #3 includes vector modulators on two independent channels. These vector modulators have the ability to accurately control the amplitude and phase of the RF signals on each channel. 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. The quantities are as follows: 250 RF #1, 150 RF #2 and 50 RF #3 IDIQ production units, 1 lot Technical Data (Individual Delivery Order Progress and Test Reports), 1 lot RF Modules Engineering and Technical Support Services and 1 lot RF Modules 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 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 October 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 December 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 notes 1 and 26. NAICS Code = 334413 Place of Performance = N/A Set Aside = 100% Small Business
 
Record
SN01123789-W 20060825/060823221856 (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.