Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 28, 2013 FBO #4173
SOLICITATION NOTICE

58 -- Roll/Pitch Stabilized Antenna System

Notice Date
4/26/2013
 
Notice Type
Presolicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Navy, Office of Naval Research, Naval Research Laboratory, 4555 Overlook Ave. S.W., Washington, District of Columbia, 20375
 
ZIP Code
20375
 
Solicitation Number
N00173-13-R-RV09
 
Archive Date
5/28/2013
 
Point of Contact
Reese Van Wyen, Phone: (202) 404-2398
 
E-Mail Address
reese.vanwyen@nrl.navy.mil
(reese.vanwyen@nrl.navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Solicitation Number: N00173-13-R-RV09 Notice Type: Presolicitation Notice Classification Code: 58 - Communications, Detection and Coherent Radiation Equipment NAICS Code: 334 - Computer and Electronic Product Manufacturing 334511 -- Search, Detection, Navigation, Guidance and Nautical Systems and Instrument Manufacturing Closing Date: The Naval Research Laboratory has a need for up to five Roll Pitch Stabilized Antenna Systems; each system will have one of the three payloads (High Gain (HG), Medium Gain (MG), and Low Gain (LG)). Each Roll Pitch Stabilized Antenna System will include apertures, mounting structure for the apertures, a 2-axis azimuth/elevation pedestal, a cable management system, an inertial measurement unit, if it is required to achieve the specified pointing accuracy, and a pedestal controller. In addition to the pedestal, the selected contractor shall deliver a software simulator to the government for system integration. The selected contractor will be responsible for tuning the controller to the particular payload; defining software, mechanical and electrical interfaces; producing a Factory Acceptance Test plan (FAT); and providing technical manuals. The 2-axis azimuth/elevation pedestal, cable management system, and controller shall be common across the different Roll Pitch Stabilized Antenna Systems for ease of maintenance and sparing. The selected contractor shall design, fabricate, test, and deliver hardware for land-based testing and shipboard installation. The contractor will be required to provide land-based testing on a Ship Motion Simulator (SMS) as a part of the FAT. The final systems' check-out onboard the platform will be performed at Norfolk, VA. Complete technical specifications, quality assurance standards, and contract data requirements will be available as part of this solicitation. The specifications attached to this announcement are export controlled under the International Traffic in Arms Regulations (ITAR). To receive the referenced specifications, offerors must have an approved DD2345 - Military Critical Technical Data Agreement on file with the Defense Logistics Information Service. Upon confirmation of eligibility, the offeror shall be granted access to the specifications. The specifications must be safeguarded and protected from unauthorized disclosure in accordance with applicable U.S. export control laws and regulations. Contractors must be properly registered in the Government's System for Award Management (SAM) and in the Joint Certification Program (JCP) in order to receive the attachments. Offerors may obtain information on SAM registration and annual confirmation requirements by calling 1-866-606-8220, or via the internet at www.sam.gov. Information about the JCP is located at www.dlis.dla.mil. Additional instructions are available in the "Vendor" link under "User Guides" located on the right side of the FedBizOpps (www.fbo.gov) home page. Note: Access to classified information is not required for the purpose of submitting a bid/proposal for this statement of work. However, all prospective offeror's must: 1) Have the required SECRET facility clearance at the time of proposal submission; and 2) Personnel available with favorably adjudicated investigations an final DoD granted personnel security clearances required for the performance of the contract. Based on a survey of the market, the government has determined that the items to be acquired do not meet the definition of a commercial item. Therefore, the government does not intend to use the procedures as outlined in FAR Part 12 for this acquisition. NRL uses electronic commerce (EC) to issue requests for proposals (RFPs) and amendments to RFPs. Paper copies of the RFP will not be provided. The actual closing date for proposals will be stated in the solicitation when issued. This solicitation and any amendments to it will be available via the internet starting approximately 15 to 30 days after publication of this announcement. All responsible sources may submit a bid, proposal, or quotation, which shall be considered by the agency. Other business opportunities for NRL are available at our website http://heron.nrl.navy.mil/contracts/rfplist.htm.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/ONR/N00173/N00173-13-R-RV09/listing.html)
 
Place of Performance
Address: Contractor's Facility, United States
 
Record
SN03047120-W 20130428/130426234600-f994280cf67f0eb609b9b2d4bfda5f5d (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.