SOLICITATION NOTICE
58 -- MINIATURIZED I/J BAND DIGITAL RF MEMORY MODULATOR
- Notice Date
- 4/26/2006
- Notice Type
- Solicitation Notice
- Contracting Office
- N68936 Naval Air Warfare Center Weapons Division Dept. 3 575 I Ave, Suite 1 Point Mugu, CA
- ZIP Code
- 00000
- Solicitation Number
- N6893606R0083
- Response Due
- 6/30/2006
- Archive Date
- 7/30/2006
- Description
- The Naval Air Warfare Center Weapons Division, Point Mugu, CA intends to procure, on a competitive basis, miniaturized I/J Band digital RF memories (DRFMs), Engineering and Technical Support for DRFM, and Repair Services for DRFM in accordance with NAWCWD Statements of Work, NAWCWD Performance Specification 13672-ATS676G and NAVAIR Envelope Drawing 1611AS12305. It is planned to award an Indefinite Delivery Indefinite Quantity (IDIQ) type contract with Delivery Order 0001 being issued concurrent with award. Delivery Order 0001 will meet the contract's minimum order requirement. Delivery Orders will be issued for a five year period with pricing based on five one year ordering periods. Pricing of the DRFM unit shall be on a fixed price basis and pricing for the Engineering and Technical Support Services and Repair Services shall be on a time and material basis. The DRFM's operating frequency range is 9.0 Gigahertz to 10.7 Gigahertz with two sub-bands with instantaneous operating bandwidths of 9.0 - 10.2 Gigahertz or 9.5 to 10.7 Gigahertz. The DRFM shall have the ability to receive, memorize and retransmit a continuous wave, frequency or phase code radar signal. The DRFM shall be capable of coherently re-transmitting the memorized radar signal with a fixed or progressive time delay, and with a coordinated or uncoordinated Doppler frequency shift. The DRFM shall be programmed and controlled by a VT-100 terminal via a RS-232 data bus. The DRFM shall operate with a steady state power voltage of 27 plus or minus 4 VDC. The DRFM current drain shall not exceed 4.5 amperes current. The total weight of the DRFM shall not be greater than 25 pounds. Contract award will be on a First Article Required basis. Delivery Order 0001 will be for 1 each First Article unit, 1 lot First Article Testing, 2 each Engineering Manuals and 1 lot Technical Data. During the five ordering periods, The quantities for the five ordering periods are as follows: 31, 21, 32, 24, and 34 each IDIQ production units, 1 lot Technical Dat a (Individual Delivery Order Progress and Test Reports), 1 lot DRFM Engineering and Technical Support Services and 1 lot DRFM Repair Services. Delivery of all units shall be FOB Destination, Naval Air Station, Point Mugu, CA. For Delivery Order 0001, deliver one each First Article Unit 45 days after approval of First Article Test Report, complete 1 lot First Article Testing within 300 days after issuance of DO and deliver 2 each Engineering Manual 90 days after approval of First Article Test Report. On subsequent orders of IDIQ Production Units (maximum of 20 each per ordering period), deliver at a minimum rate of 2 each per month to commence within 300 days after issuance of DO. It is anticipated the solicitation will be issued on or about 30 May 2006 and will be available at NECO. Some portions of the RFP are not available electronically. It is the offer's responsibility to contact the Government Representative cited in the RFP (and listed below) in order to obtain paper copies of the RFP sections that are not available electronically. To request paper copies of these documents, contact Tim Byrnes, Contract Specialist via E-mail at timothy.byrnes@navy.mil or via mail to Naval Air Warfare Center Weapons Division, Code 230000E, Attn: T. Byrnes, 521 9th Street, Point Mugu, CA 93042-5001. The anticipated due date for proposals is 30 June 2006; however the actual proposal date will be stated in the solicitation when issued. Proposals must be written in English and all costs proposed must be in US dollars. All responsible sources may submit a proposal, which shall be considered by the agency. See notes 1 and 26. NAICS Code = 334220 Place of Performance = N/A Set Aside Default = Total Small Business
- Record
- SN01035784-W 20060428/060426221158 (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 |