Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 07, 2006 FBO #1746
SOURCES SOUGHT

58 -- Small Business Sources Sought for Type I MPM Amplifier

Notice Date
6/8/2006
 
Notice Type
Sources Sought
 
Contracting Office
N68936 Naval Air Warfare Center Weapons Division Dept. 3 575 I Ave, Suite 1 Point Mugu, CA
 
ZIP Code
93042-5049
 
Solicitation Number
N6893606R0100
 
Response Due
6/30/2006
 
Archive Date
10/15/2006
 
Point of Contact
Tim Byrnes, (805) 989-0959, timothy.byrnes@navy.mil
 
E-Mail Address
Timothy Brynes
(timothy.brynes@navy.mil)
 
Description
This is a sources sought announcement only and is not an intent to procure. A solicitation is not available at this time and any requests for a solicitation will not receive a response. The Naval Air Warfare Center Weapons Division is conducting market research to determine the capability of small businesses in regards to the production, engineering and technical support, and repair services for the Type I Microwave Power Module (MPM). The Type I MPM is an air cooled RF Amplifier capable of Continuous Wave (CW) operation. The Type I MPM’s operating frequency range is 2.0 Gigahertz to 6.0 Gigahertz. The MPM shall have a CW output power of 50 Watts minimum from 2.0 to 6.0 GHz and 100 Watts minimum form 2.9 to 3.5 GHz. The MPM shall have a small signal gain of 55 to 65 decibels (dB), and a maximum gain variation of =/- 3dB for any 1 GHz span. All residual noise components within =/- 100KHz shall be suppressed no less than 40 dB from the carrier. The MPM shall operate with a steady state power voltage of 27 plus or minus 4 VDC. The current drain shall not exceed 15 amperes current. The total weight of the MPM shall not be greater than 12 pounds. The MPM Type I 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: 8, 32, 23, 8, and 23 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 8, 32, 23, 8, and 23 for each per ordering period); deliver at a m! inimum rate of 5 each per month to commence within 300 days after issuance of DO. Each potential source shall give a brief description of their ability to produce the MPM and provide engineering, technical, and repair services for the MPM. This description should include a demonstration that the source: has adequate financial resources to perform the contract, or the ability to obtain them; be able to comply with the required or proposed delivery or performance schedule, taking into consideration all existing commercial and governmental business commitments; has a satisfactory record of integrity and business ethics; has the necessary organization, experience, accounting and operational controls, and technical skills, or the ability to obtain them; and has the necessary production, construction, and technical equipment and facilities, or the ability to obtain them. Each potential source is also requested to provide the contract number(s), dollar value(s) and brief description of work previously or currently being performed, which specifically demonstrates the contractor’s ability to successfully satisfy the requirements of the MPM. Firms shall also provide point of contact information where available for the efforts cited above. All responses to this sources sought are limited to twelve pages and must include the following additional information: name and address of firm, commercial activity/government entity (CAGE) code, small business size status, point of contact name, title, phone, and email. Interested sources shall submit all replies by email to timothy.byrnes@navy.mil no later than 1400 PST on 30 June 2006. Acknowledgement of receipt will not be made. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS SOURCES SOUGHT OR TO OTHERWISE PAY FOR THE INFORMATION SOLICITED. This request for information is for planning purposes only and shall not be considered as an Invitation for Bid (IFB), Request for Quotation (RFQ), or Request for Proposal (RFP), or as an obligation on the part of the Government to acquire any products or services. Your responses to this sources sought will be treated as information only. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses to this sources sought or Government use of such information. The Government reserves the right to reject, in whole or part, any contractor input resulting from this sources sought. The information resulting from this sources sought may be included in one or more RFP's, which may be released via the FEDBIZOPS portal. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (08-JUN-2006). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 05-SEP-2006, 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.fbo.gov/spg/DON/NAVAIR/N68936D3/N6893606R0100/listing.html)
 
Record
SN01134546-F 20060907/060905222133 (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.