SOLICITATION NOTICE
66 -- Decade Synchro-Resolver Bridges
- Notice Date
- 7/20/2011
- Notice Type
- Presolicitation
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
- ZIP Code
- 08733-5083
- Solicitation Number
- N68335-11-T-0244
- Archive Date
- 8/19/2011
- Point of Contact
- Sesky A Paul, Phone: 732-323-2705
- E-Mail Address
-
sesky.paul@navy.mil
(sesky.paul@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- The Naval Air Warfare Center Aircraft Division, Lakehurst New Jersey has a requirement for the following items in support of the NAVAIR Metrology and Calibration METCAL Program: Model DSRB-5CDA-4 Decade Synchro-Resolver Bridges, six (6) each. The Decade Synchro-Resolver Bridges combine the functions of a decade synchro bridge and a decade synchro resolver into a single unit. The Synchro Resolver units are used to calibrate the following support equipment categories: Altitude Encoder, Engine Performance Test Set, Multi Indicator Test Set, Horizontal Situation Indicator Test Sets, Computer Test Sets, Automatic Pilot System Test Harnesses, Antenna Test Panels and VOR/ILS Test Sets. The Government intends to procure the above items under the authority of 10 USC 2304 (c) (1), as implemented by FAR 6.302-1. Tegam Inc., of Geneva OH, is the original equipment manufacturer (OEM), and as such, is the sole designer and manufacturer for the above identified item. This will be a limited competition procurement with the OEM or an authorized Tegam distributor, Technical Communities, Inc. As the OEM, Tegam Inc. owns the technical drawings, specifications, and data rights relevant to manufacture, repair, and comply with the original government specifications. They can guarantee the equipment meets the original performance characteristics, design features and operational parameters that the ICPs were written to. Replacement of these units with new models would require a duplication of engineering and logistics support resulting in additional costs to the government. The Government does not own any data, or other specifications to permit full and open competition. This notice of intent is not a request for competitive proposals. However, all responsible sources may submit a proposal which may be considered by the government in determining whether to conduct a competitive procurement. A determination by the government not to open the requirement to competition based on the responses to this notice is solely within the discretion of the government.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-11-T-0244/listing.html)
- Place of Performance
- Address: NAVAIR CAL. STDS., BLDG 612, BAY 9, MCAS BEAUFORT, South Carolina, 29904, United States
- Zip Code: 29904
- Zip Code: 29904
- Record
- SN02505534-W 20110722/110721004736-498e5c8a151b313652535fea588fa086 (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 |