Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 24, 2011 FBO #3379
SOLICITATION NOTICE

59 -- Steerable Antenna Systems

Notice Date
2/22/2011
 
Notice Type
Presolicitation
 
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
N6893611R0018
 
Response Due
3/8/2011
 
Archive Date
3/8/2012
 
Point of Contact
Adrienne Hickle 760-939-4616 M.A. Hicks 760-939-2983
 
E-Mail Address
Adrienne Hickle
(Adrienne.hickle@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Naval Air Warfare Center Weapons Division, China Lake, CA intends to procure, on a competitive basis: 7 types of Steerable Antenna Systems (SA), AST-9 Antenna Couplers, Teardown and Evaluations, Repair Services and Engineering and Technical Services in accordance with the NAWCWD Statements of Work, NAWCWD Performance Specifications 13672-ATS-654L and 13672-ATS-TRD-140B, and NAVAIR Envelope Drawings 1611AS2879D, 1611AS2870D, 1611AS2874E, 1611AS2882A, 1611AS2880A, 1611AS2883A, 1611AS2884A, and 1611AS2890. The Steerable Antenna is a state of the art system designed to continually track a point in space, defined by a RF beacon, with a high gain antenna beam. The frequency ranges of the SAS are as follows: 1) Type I - 8.7 to 9.5 GHz, 2) Type II - 14.0 to 15.2 GHz, 3) Type III - 8.7 to 9.85 GHz, 4) Type VI- 8.8 to 10.3 GHz, 5) Type VII- 8.8 to 10.3 GHz, 6) Type IX- 7.8 to 10.3 GHz, 7) Type X- 11.9 to 17.5 GHz. Types I, II, III, VI, and VII are for Tracking functions, whereas Types IX, and X are for Non-Tracking functions. Pricing of the SAS and AST-9 Coupler units, the Teardown and Evaluations, and the Repair Services shall be on a firm fixed price basis and pricing for the Engineering and Technical Services shall be on a cost plus fixed fee basis. The AST-9 Antenna Coupler, shall be capable of absorbing RF energy emitted from all variants of the AST-9(V) pod while allowing the user to perform O-level checks on the system by monitoring the RF energy characteristics. Contract award may be on a First Article Required or First Article Waived basis for the SAS Type II and the AST-9 Antenna Coupler. The Government reserves the right to waive First Article for units that have been previously delivered by an offeror and accepted by the Government within the last two years. A minimum of 1 unit will be ordered at contract award, and a maximum of 2 first article units, 325 production units of the various SAS Types and AST-9 coupler, and services may be ordered over the five-year period of performance. Delivery of all units shall be FOB Destination to Naval Air Station, Point Mugu, CA. beginning no later than 300 days after the effective date of the delivery order or upon completion of prior delivery orders at a rate no less than 3 units per month. All responsible sources may submit a proposal, which shall be considered by the agency. Respond to Adrienne Hickle by electronic mail to adrienne.hickle@navy.mil. The solicitation will be issued on or about 09-March-2011 and will be available through the Federal Business Opportunity website at www.fedbizopps.gov. Performance specifications and envelope drawings will not be posted with the RFP. Instructions on how to obtain this technical data will be provided with the RFP. See Notes 1 and 26.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e1cd6820516ae37f9d893e9baab5a689)
 
Record
SN02385074-W 20110224/110222234442-e1cd6820516ae37f9d893e9baab5a689 (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.