SOLICITATION NOTICE
15 -- 22M+ Aerostat System
- Notice Date
- 3/17/2011
- Notice Type
- Presolicitation
- NAICS
- 336411
— Aircraft Manufacturing
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
- ZIP Code
- 08733-5083
- Solicitation Number
- N68335-11-R-0092
- Archive Date
- 4/16/2011
- Point of Contact
- Rachel Bogner, Phone: 732-323-1862
- E-Mail Address
-
rachel.bogner@navy.mil
(rachel.bogner@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- The Naval Air Warfare Center Aircraft Division Lakehurst, NJ intends to negotiate on a non-competitive basis with TCOM, L.P., 7115 Thomas Edison Drive, Columbia, MD, 21046, for the procurement of a maximum of thirty 22M+ AC Tactical Aerostat Systems, 30 tether-up spares, various other site spares, and FSR support for the Naval Air Systems Command 4.5x Special Surveillance Programs (SSP). FSR support will be in Iraq and/or Afghanistan. Salient characteristics are as follows: Aerostat must carry a payload weighing approximately 350 pounds to 2,500 feet Above Ground Level (AGL) when launched from a pad at 3,000 feet Above Mean Sea Level (AMSL) while providing 1.0 kVA of unregulated AC power to the payload. When transported in the 20-ft. ISO configuration, each module weight will be less than 15,000 pounds. The system must be able to be transported on C-130, C-5, and C-17 aircraft. The 22M+TM aerostat shall fly to 2,500 ft. above a 3,000 ft. pad altitude with a 350-pound payload. Environment operating requirements: The 22M+TM aerostat system shall operate in the following conditions: WIND: -flight and moored: operate at steady winds up to 50 kt; survive steady winds up to 70 kt -survive winds of 40 kt with 5 FPS turbulence at -20 degrees C -launch/recovery: operate at steady winds of 30 kt or less -inflation/deflation: operate at steady winds of 10 kt or less TEMPERATURE: The system shall operate and survive in conditions of no icing in ambient temperatures derived from sea level temperatures of -20°C (-4°F) to 50°C (122°F). SAND AND DUST: At all times the mooring system and the aerostat when moored shall be highly resistant to sand and dust. Power Requirements: The system shall operate from a commercial or similar electrical power source supplying 3-phase 400±20 Vac, 50 Hz or 480±20 Vac, 60 Hz. Two nominal 250 ft. cables shall be supplied with connectors to the mooring system base and suitably identified flying leads at the customer end. The source of prime power shall be Contractor-Furnished Equipment (CFE). The Government intends to procure the above items under the authority of 10 USC 2304 (c) (1), FAR 6.302-1. The Government does not own current data, drawings, or other specifications to permit full and open competition. All responsible sources are encouraged to submit a proposal in writing that may be used by the Government in determining whether or not to conduct a competitive procurement. A determination by the Government not to open the requirement to competition based upon the response to this notice is solely within the discretion of the Government. Responses must be received within 15 days of publication of this notice. The Point of Contact is Mrs. Rachel Bogner, Phone: (732) 323-1862, E-mail: rachel.bogner@navy.mil. See Note 22.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-11-R-0092/listing.html)
- Place of Performance
- Address: Field Service Representative (FSR) support will take place in Iraq and/or Afghanistan. Items will be manufactured at contractor's plant., Columbia, Maryland, 21046, United States
- Zip Code: 21046
- Zip Code: 21046
- Record
- SN02403242-W 20110319/110317234502-acf39be3237ee4082c51d0a9385d1057 (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 |