Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 18, 2023 SAM #7842
SOLICITATION NOTICE

58 -- C-Band Radar Tracking Transponder

Notice Date
5/16/2023 9:24:37 AM
 
Notice Type
Presolicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
 
ZIP Code
20670-5000
 
Solicitation Number
N00019-23-RFPREQ-WPM208-0082
 
Response Due
5/31/2023 1:30:00 PM
 
Point of Contact
Samantha Lysaght, Kathryn G. Matisick
 
E-Mail Address
samantha.l.lysaght.civ@us.navy.mil, kathryn.g.matisick.civ@us.navy.mil
(samantha.l.lysaght.civ@us.navy.mil, kathryn.g.matisick.civ@us.navy.mil)
 
Description
The Naval Air Systems Command (NAVAIR) intends to competitively procure C-Band Radar Tracking Transponders that are in accordance with Department Of Defense Range Commanders Council Standard 262-14 - C(G) - Band & X(I) - Band, Noncoherent Radar Transponder, Performance Specification Standard and the Performance Specification for the C-Band Radar Tracking Transponder. The C-Band Radar Tracking Transponder is a general purpose, precision C-band radar transponder used in various Developmental Testing and Operational Testing (DT/OT) events in support of multiple Acquisition Category (ACAT) I weapons programs. The transponder is applicable to precision tracking of aircraft, sounding rockets, space-launch vehicles, missiles, and target drones, both sea and airborne and is used primarily to support range safety functions. The C-Band Transponder possesses a high sensitivity receiver and transmitter suitable for use in both manned and unmanned vehicles. Additionally, the transponder is fully tunable over the 5.4 to 5.9 GHz range, while being quite small and lightweight, making it suitable for use in applications requiring small size with high power. The full and open competitive procurement will be awarded to the Best Value offeror that meets all the requirements outlined in the solicitation. The best value criteria and weights will be identified in the solicitation. It is anticipated that a Firm Fixed Price (FFP), five (5) year Indefinite Delivery Indefinite Quantity (IDIQ) type contract with a requirement for First Article Test be awarded. The minimum contract quantity will be ordered under the first delivery order and will be issued shortly after the time of contract award. Contract award is anticipated for January 2024. The solicitation (including the applicable Specifications) will be posted in or around June 2023 in the Solicitation module within the Procurement Integrated Enterprise Environment (PIEE), https://piee.eb.mil/. In addition, will be posted on System of Award Management (SAM) https://sam.gov/. It is the potential Offeror�s responsibility to monitor this site for the release. The United States Government (USG) will only release the solicitation, including subsequent amendments, on these websites. No telephone requests for the solicitation will be accepted. No hard copies of the solicitation package will be mailed. After the solicitation release, interested vendors should regularly access the website to ensure they have all amendments. No emailed or faxed proposals will be accepted � only electronic. The point of contract for this procurement is Ms. Samantha Lysaght, Contract Specialist, samantha.l.lysaght.civ@us.navy.mil. RELEASE OF TECHNICAL DATA PACKAGE INFORMATION: The specifications associated with this procurement have been marked with Distribution Statement A, which is authorized for release to the general public. NOTE: THIS PRE-SOLICITATION NOTICE IS NOT A REQUEST FOR PROPOSAL. The USG is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. This synopsis is for information and planning purposes only, it does not constitute a solicitation for bid or proposals, and should not be construed as a commitment by the USG. The information provided herein is subject to change and in no way binds the USG to solicit for or award a competitive contract.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3a46dd3703e042c587361ae71f525071/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06684254-F 20230518/230517212024 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.