Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 31, 2003 FBO #0425
MODIFICATION

58 -- Clarinet MERLIN Receiving System

Notice Date
1/29/2003
 
Notice Type
Modification
 
Contracting Office
4301 Pacific Highway Bldg OT4 Code 02, San Diego CA 92110-3127
 
ZIP Code
92110-3127
 
Solicitation Number
N00039-02-R-0016
 
Response Due
3/25/2003
 
Point of Contact
Point of Contact - Sandra J Jones, Contract Specialist, 858-537-0306
 
Small Business Set-Aside
Total Small Business
 
Description
The Space and Naval Warfare Systems Command (SPAWAR) intends to release Request for Proposal (RFP) N00039-02-R-0016 for a replacement system for the existing Clarinet MERLIN Receiving System (CMRS). This effort will include the production, integration, testing, installation, documentation and maintenance of the entire CMRS including the antenna, receiver, communications system to the Broadcast Control Authority (BCA), and the operator interface/display. Engineering Services will also be required. The present CMRS is a shore based receiving system that monitors transmissions from the Submarine Emergency Communication Transmitter (SECT) buoys (AN/BST-1) launched from SSBN submarines. The receiver sites are strategically located at six sites, three covering the Atlantic Ocean and three covering the Pacific Ocean. In addition, one or more MERLIN receivers (based on the proposed CMRS) may be ordered. SPAWAR anticipates awarding a single Indefinite-Delivery-Indefinite-Quantity (IDIQ) contract in fiscal year 2003, incorporating Fixed-Price Line Items. A Statement of Work (SOW) will be provided to prospective offerors. Offerors will be required to provide (i) a technical proposal, (ii) past performance information, and (iii) cost proposal. The performance requirements for the CMRS are to receive, recognize and decode AN/BST-1 buoy transmissions and deliver the messages to the BCA as soon as possible in certain operational areas and within 24 hours of buoy activation in all operational areas with a 95% minimum probability. Additional requirements include: the system shall operate automatically without operator intervention and with minimum operator attention; the system shall be designed for low maintenance, minimum adjustment, high reliability, and high end-to-end system availability; the system shall be capable of conducting periodic system checks and continuous Built-In-Tests (BIT) to ensure the receiver is operational; and the system shall be capable of controlling several diversely-located CMRS(s) simultaneously from the BCA. An offeror must have a SECRET facility clearance to review classified documents referenced in the SOW and contractor personnel must have at least a SECRET clearance to access the BCA. The RFP is expected to be issued approximately 18 February 2003, and will be available at https://e-commerce.spawar.navy.mil under solicitation number N00039-02-R-0016. Click on Business Opportunities; then Headquarters; then Open Solicitation; then click on the yellow folder to the left of N00039-02-R-0016. No other notice will appear in FedBizOpps. Interested parties are invited to subscribe to the solicitation on the SPAWAR website to ensure they receive any solicitation amendments or notices connected with it. To subscribe, click on N00039-02-R-0016; then click on ?Subscribe? near the top of the screen, and follow the directions provided. A DETERMINATION HAS BEEN MADE TO SET ASIDE THIS PROCUREMENT AS A 100% SMALL BUSINESS SET-ASIDE. The NAICS code for this procurement is 334220. Therefore, a small business for the purposes of this procurement is defined as a business, including its affiliates, with no more than 750 employees. Please refer to FAR Part 19 for additional requirements that must be met in order to qualify as a small business. The FAR is available at http://web2.deskbook.osd.mil/default.asp.
 
Web Link
Click on this link to access the SPAWAR Solicitation Page
(https://e-commerce.spawar.navy.mil/command/02/acq/navhome.nsf/homepage?readform&db=navbusopor.nsf&whichdoc=15EF64A4A8D74ABD88256BC30063B24E&editflag=0)
 
Record
SN00249034-W 20030131/030129213857 (fbodaily.com)
 
Source
FedBizOpps.gov 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.