Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 19, 2011 FBO #3402
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
 
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 |
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.