Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2008 FBO #2442
SOLICITATION NOTICE

58 -- Radomes for AN/TPS-59(V)3 Radar Systems

Notice Date
8/1/2008
 
Notice Type
Modification/Amendment
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Navy, United States Marine Corps, Marine Corps Systems Command, M67854 MARINE CORPS SYSTEMS COMMAND Quantico, VA
 
ZIP Code
00000
 
Solicitation Number
M6785408RFI01
 
Response Due
7/31/2008
 
Archive Date
8/15/2008
 
Point of Contact
Lee E Hoyland, Phone: (703) 432-4189
 
E-Mail Address
lee.hoyland@usmc.mil
 
Small Business Set-Aside
N/A
 
Description
The United States Marine Corps (USMC), Marine Corps System Command (MCSC), Marine Air-Ground Task Force (MAGTF) Communications and Control (C2) Weapons and Sensors Development and Integration (MC2I), Radar Systems Program Manager is seeking industry sources for the procurement of Radomes for AN/TPS-59(V)3 Radar Systems. The USMC has a requirement to procure up to five (5) radomes to shelter and provide environmental protection for AN/TPS-59(V)3 Radars. These radomes will be installed at fixed sites in multiple locations throughout CONUS. The USMC has identified the following minimum requirements for each radome: a. Minimum radome height of 68 ft. b. Radome floor space must be capable of accommodating the movement of three 20-foot by 8-feet by 8-feet standard trailers in, and out, as necessary c. Performance equal to a Dielectric Space Frame Radome capable of surviving wind gusts up to 150 m.p.h. d. Interior Lighting System e. Lightning Protection System f. Aircraft Warning Lights g. Zenith Hatch, 24-inch by 24-inch opening with hinged cover and ladder support h. Maintenance Rope, with pulley and anchor points i. Personnel Access Hatch, 2-foot by 4-foot opening with hinged door j. Large Equipment Door (10' W x 12' H) k. Must be vented and capable of supporting a cooling system (cooling system will be provided by USMC) Site preparation work prior to radome installation will be conducted by the USMC, to include the installation of the concrete pad at each radome location. The Contractor will be required to provide documentation that specifies all site preparation requirements prior to radome installation. The Contractor will conduct the actual radome installation at fixed sites in multiple locations throughout CONUS. Firms who submit qualification packages in response to this notice should state whether you intend to be prime-contractor or sub-contractor, and should provide demonstrated knowledge and experience relevant to the manufacturing and installation of radomes. Additionally, firms should demonstrate their ability to manufacture and install up to five (5) radomes at fixed sites in multiple locations throughout CONUS within reasonable schedule requirements. Responses must not exceed five (5) pages on 8 x 11" paper with type no smaller than 10-point. Firms should identify in your response whether your company is a small or large business. If small, you should also identify if your company is a Small Disadvantaged Business, 8(a), Women-owned Small Business, HUB-Zone Small Business, or Service Disabled Veteran-owned Small Business concern under the NAICS Code 334511 (standard size is 750 employees). Also, state if you are a US- or Foreign-Owned entity. The aforementioned information can be included in a cover letter accompanying your five (5) page qualification package. Responses should be submitted to Ms. Janet Garten by COB 11 August 2008. Please submit all information to Commander, Marine Corps Systems Command, Attn: PG11 Contracts/Ms. Janet Gartner, 2200 Lester St., Quantico, VA 22134-6050. NO SOLICITATION DOCUMENT EXISTS. THE SUBMISSION OF THIS INFORMATION IS FOR PLANNING PURPOSES ONLY AND IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO PROCURE ANY ITEMS/SERVICES, OR FOR THE GOVERNMENT TO PAY FOR THE INFORMATION RECEIVED.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a65c037e89246ca9901737b5da04d237&tab=core&_cview=1)
 
Record
SN01629552-W 20080803/080801223544-a65c037e89246ca9901737b5da04d237 (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.