Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2012 FBO #3939
SOURCES SOUGHT

59 -- Command Destruct Transmitter Antenna Controller Unit (CDTACU)

Notice Date
9/4/2012
 
Notice Type
Sources Sought
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
N68936 NAVAL AIR WARFARE CENTER WEAPONS DIVISION DEPT.3a 429 E. Bowen Rd. - Stop 4015 China Lake, CA
 
ZIP Code
00000
 
Solicitation Number
N6893612R0134
 
Response Due
10/5/2012
 
Archive Date
10/5/2013
 
Point of Contact
Helen Xiong, 760-939-5124
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS INTRODUCTION The Naval Air Warfare Center Weapons Division (NAWCWD), Point Mugu, CA is seeking qualified vendors to modify, upgrade, and deliver two of Command Destruct Transmitter Antenna Control Units (CDTACU). This is a Sources Sought to determine the availability and technical capability of all prospective businesses. All responsible sources are encouraged to respond. The results of this Sources Sought will be utilized to determine if any Small Business Set-Aside opportunities exist. All Small Business Set-Aside categories will be considered. DISCLAIMER: This sources sought is for informational purposes only. This is not a request for proposal. It does not constitute a solicitation and shall not be construed as a commitment by the Government. Responses in any form are not offers and the Government is under no obligation to award a contract as a result of this announcement. No funds are available to pay for preparation of responses to this announcement. BACKGROUND: The primary objective of the overall project is to upgrade the CDT (Command Destruct Transmitters) and associated exciters, encoders and receivers. The current High Power Amplifiers (HPA) are Lucas Zeta 4 kilowatt (kW) SYS-1078 that were acquired from Vandenberg Air Force Base (VAFB) in the late 1990's. This project will replace the aging Lucas Zeta 4 kW HPAs and associated exciters, encoders and receivers with a new modern 2 kW CDT system. Part of this upgrade includes procuring new Antenna Control Units (ACU) for two existing Government Furnished Equipment (GFE) Flight Termination System (FTS) antennas. The antennas will be sent pointing data from Point Mugu and will slave to the commanded angles and send feedback pointing information back to Point Mugu. The ACU's will be housed in a shelter adjacent to the antennas. The shelters will be located at Pillar Point Air Force Facility, Half Moon Bay, CA, and the remote ACUs will be located at Point Mugu, CA. The Navy is interested in solutions that would satisfy the requirement of slaving the two FTS antennas to the commanded angles being sent to them by the remote ACU's at Point Mugu, CA. REQUIREMENTS: Refer to the attached DRAFT Statement of Work (SOW). The Contract Type is anticipated to be Firm Fixed Price (FFP) using FAR Part 12 Acquisition of Commercial Items, with an estimated delivery timeframe of five months after contract award. The ACU's are commercial off the shelf items but an interface must be configured for the antennas. The antenna interface cable connector must be custom fitted to a Pedestal Interface Unit (PIU). This interface can also contain electronics such as servo amplifiers to make this custom interface easier than trying to customize the ACU or PIU electronics to the old servo amplifiers. Custom software must be written to allow the ACU to point to a certain point in space with the pointing data generated by NAWCWD. Travel will be required as specified in the DRAFT SOW. Testing and installation services will be performed at the locations in accordance with the DRAFT SOW. ELIGIBILITY: The applicable NAICS code for this requirement is 334220. The Product Service Code (PSC) is 5985. SUBMISSION DETAILS: Interested businesses should submit a brief capabilities statement package (no more than ten 8.5 X 11 inch pages in length, 12 point font minimum) demonstrating ability to perform the services/provide the products specified in the DRAFT SOW. This documentation must address, at a minimum, the following: 1. Title of the DRAFT SOW you are applying to. 2. Company Name; Company Address; Point-of-Contact (POC) name, phone, fax number, and e-mail address. 3. Company size for NAICS 334220 size standard is 750 employees or less. 4. In your response, please include Company Size (Small or Large according to the NAICS and size standard listed); If your company is a Small Business, specify if your company is or is not each of the following: (a) Service-Disabled Veteran Owned Small Business (SDVOSB); (b) HUBZone Small Business; (c) 8(a) Concern; (d) Woman-Owned Small Business; (e) Economically Disadvantaged Woman-Owned Small Business. 5. Prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether your experience was as a prime or subcontractor, contract values, Government point of contact with current telephone number, a brief description of how the contract referenced relates to the services described in the DRAFT SOW. 6. Company profile to include number of employees, annual revenue, office location(s), cage code, and DUNS number. 7. Resources available such as corporate management and currently employed personnel to be assigned to tasks under this effort to include professional qualifications, specific experience of such personnel, and the ability to have personnel located/working at the sites specified in the DRAFT SOW. 8. Management approach to staffing this effort with qualified personnel. 9. The contractor's technical ability or potential approach to achieving technical ability specified in the DRAFT SOW. 10. The contractor's capacity, or potential approach to achieving capacity, to conduct the requirements of the DRAFT SOW. For the purposes of this Capability Statement, capacity shall refer to matters such as the magnitude of the tasking, the amount of equipment or facilities involved, and the size of the staff needed. The capability statement package shall be submitted by mail to COMMANDER, CODE 254300D, NAVAIRWARCENWPNDIV, BLDG 982, MAIL STOP 4015, ATTN: Helen Xiong, Contract Specialist, 429 E. Bowen Road, China Lake, CA 93555-6108. Questions or comments regarding this notice may be addressed by email to helen.xoing@navy.mil. One soft copy fully compatible with Microsoft Office 2003 shall be received at this office via e-mail no later than 2:00 p.m. Pacific Time on 05 October 2012 and reference this synopsis number in the e-mail subject line and on all enclosed documents. Information and materials submitted in response to this request WILL NOT be returned. Classified material SHALL NOT be submitted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/57d765f7cc40a506242ad4cc54f26292)
 
Record
SN02865910-W 20120906/120904235553-57d765f7cc40a506242ad4cc54f26292 (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.