SOLICITATION NOTICE
58 -- INTERCOM SYSTEM – COMPETITIVE
- Notice Date
- 8/17/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- N00164 NAVAL SURFACE WARFARE CENTER, INDIANA 300 Highway 361, Building 64 Crane, IN
- ZIP Code
- 00000
- Solicitation Number
- N0016411T0257
- Response Due
- 8/31/2011
- Archive Date
- 10/17/2011
- Point of Contact
- MS. JEANNIE SWABY 812-854-5993 MS. JEANNIE SWABY, 812-854-5993
- Small Business Set-Aside
- N/A
- Description
- This solicitation is being posted to both the Federal Business Opportunities (FBO) page located at http://www.fbo.gov/ and the Navy Electronic Commerce on Line (NECO) site located at https://www.neco.navy.mil/ While it is understood that FBO is the single point of entry for posting of synopsis and solicitations to the internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by NSWC Crane. This solicitation is being issued pursuant to the procedures at FAR 13. Synopsis exception FAR 5.202(a)(13) applies and Solicitation Number N00164-11-T-0257; http://www.fbo.gov/ is hereby issued as an attachment hereto. The Government contemplates award of a Firm Fixed Price (FFP) contract resulting from this solicitation for an intercom system for the Global Discovery ATR-42 plane. The ICS modification shall consist of a central controller unit which will replace the existing controller, multiple operator units (three), multiple headset stations/ports (eight), ten headsets, and all ancillary equipment (cables, siring, etc.), necessary to provide the required capabilities (threshold). The existing selectable speaker system and flight attendant speaker system will maintain its current configuration and will not be modified. The ICS when modified will provide programmability/controllability (by the pilot/co-pilot and/or the operators) of voice communications between the pilot copilot, the three operators and five passengers in two-way traffic. The pilot and co-pilot shall be able to isolate their headsets from the operators and passengers for the purposes of external communications. The modified ICS will allow a sensor operator the ability to transmit over the aircraft radio to a ground station. While passengers will have two way communications capability, the programmability/controllability of their communications will be controlled by the operators. The final ICS configuration will be fully integrated into the HF, VHF, UHF and other communications equipment suites. Contractors must be properly registered in the Government ™s Central Contractor Registration (CCR). Offerors may obtain information on CCR registration and annual confirmation requirements by calling 1-888-227-2423, or via the internet at www.ccr.gov. Selection shall extend to the Government a standard sales warranty provided such warranty is available at no additional cost to the Government. All other offerors may submit a quote that will be reviewed by the Government. However, a determination by the Government not to compete with this proposed contract based upon responses to this solicitation is solely with the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Quoters “ Please note before preparing your quote, carefully review ALL sections. An acceptable quote shall consist of submitting a completely filled out quote along with Certs and Reps) and any applicable subsequent clauses thereafter. Quotes that are non-compliant with any requirement of this solicitation may be rejected without further consideration for award. Contractors submitting proposals to the solicitation must be registered in the Central Contractor Registry (CCR) in accordance with FAR 4.11. To be eligible for award contractors must be properly registered in the Government ™s Central Contractor Registration (CCR). Offerors may obtain information on CCR registration and the annual confirmation requirements by calling 1-888-227-2423, or via the internet at http://www.ccr.gov. RFQ ™s are in portable document format (PDF). No hard copies of the solicitation will be mailed. Interested sources must download from the www site listed. To download and view these documents, you will need the latest version of Adobe Acrobat Reader. This software is available free at http://www.adobe.com. All changes to the requirement that occur prior to the closing date will be posted to the FedBizOpps. It is the responsibility of interested vendors to monitor FedBizOpps for amendments that may be issued to this solicitation. For changes made after the closing date, only those offerors that provide a proposal will be provided any changes/amendments and considered for future discussions and/or award. No hard copies of the solicitation will be available; interested parties must download the solicitation from one of the web sites listed above. Reference the above solicitation number when responding to this notice. Interested parties may contract the Point of Contact (POC), Jeannie Swaby, at 812-854-5993 or email: jeannie.swaby@navy.mil. POC ™s mailing address is as follows: Naval Surface Warfare Center, Crane Division; Building 3291, Code CXMM (ZE); 300 Highway 361; Crane, IN 47522-5001.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016411T0257/listing.html)
- Record
- SN02537604-W 20110819/110817235048-a08f1cbd3e1a25ab12b8150cdcd0ce8d (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 |