Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2012 FBO #3947
SOLICITATION NOTICE

59 -- recoerder / reproducer

Notice Date
9/12/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
488111 — Air Traffic Control
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441, 21983 Bundy Road Unit 7, Patuxent River, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
n00421-12-T-0638
 
Archive Date
10/5/2012
 
Point of Contact
Betty A Goddard, Phone: 301) 757-8949
 
E-Mail Address
elizabeth.goddard@navy.mil
(elizabeth.goddard@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation N00421-12-T-0638 is issued as a synopsis/ solicitation. The Government intends to purchase on a firm fix price basis and to solicit and negotiate the proposed purchase request on a full and open competitive basis, under the authority of FAR Part 12 and FAR Part 13. Request is set aside for Total Small Business under the authority of FAR Part 52.219-6. Offerors must be registered in the System for Award Management (Sam.Gov) database prior to submission of an offer to be considered for award of any DoD Contract. This may be accomplished electronically at http://www.sam.gov. The Naval Air Warfare Center Aircraft Division (NAWCAD) has a requirement for an Air Traffic Control recorder/reproducer Commercial Off-the Shelf (COTS) replacement to support the Navy's AN/TFX-42A (V) shipboard air traffic control (SATC) installation aboard CVN, LHA and LHD class ships. The recorder is required as part of the Carrier Air Traffic Control Center (CATCC) and Amphibious Air Traffic Control (AATC) Direct Altitude and Identity Readout (DAIR) system. This recorder/reproducer shall meet the following specifications: 1.0 SCOPE. 1.1. Introduction. This specification defines requirements for Air Traffic Control recorder/reproducer Commercial Off-the-Shelf (COTS) replacement to support the Navy's AN/TPX-42A (V) Shipboard Air Traffic Control (SATC) installation aboard CVN, LHA, and LHD class ships. The recorder is required as part of the Carrier Air Traffic Control Center (CATCC) and Amphibious Air Traffic Control (AATC) Direct Altitude and Identity Readout (DAIR) system. 2.0 SPECIFICATIONS AND STANDARDS. Unless otherwise specified, the revision level and date for each specification or standard cited herein shall be the most recent. 2.1. Military and DOD Specifications. 4592-TPX-2011.051 AN/TPX-42A (V) 14 SATC Recorder System/Subsystem Specification (SSS) 4592-TPX-2010.030 (17 Dec 2010) AN/TPX-42A (V) 14 FC3 SRD 2.2. Military and DOD Standards. MIL-STD-130N (17 Dec 2007) Identification Marking of U.S. Military Property MIL-STD-901D (17 Mar 1989) Shock Test HI (High-Impact) Shipboard Machinery, Equipment, and Systems, Requirements for MIL-STD-167-1A (02 Nov 2005) Mechanical Vibrations Shipboard Equipment 2.3. Other Military Publications. NAVAIR 00-80T-114 (01 Jul 2009) Naval Air Training and Operating Procedures Standardization (NATOPS) Air Traffic Control Manual NAVAIR 00-80T-106 (30May2009) LHA/LHD NATOPS Manual NAVAIR 00-80T-105 (21 Oct 1999) CVN NATOPS Manual DoD Directive 5230.25 Withholding of Unclassified Technical Data from Public Disclosure OPNAVINST 5510.161 Withholding of Unclassified Technical Data from Public Disclosure OPNAVINST 3432.1 Operations Security 2.4. Order of Precedence. In the event of a conflict between the text of this specification and the references cited herein, the text of this specification takes precedence. However, nothing in this specification supersedes applicable laws and regulations unless a specific exemption has been obtained. 3.0 REQUIREMENTS. 3.1. Recorder/Reproducer Tasks This specification defines a fully outfitted and populated enclosure. 3.1.1. COTS Recorder/Reproducer. The COTS Recorder/Reproducer shall meet all requirements as specified in this SOW and SSS. All aspects of the system design shall be In Accordance With (IAW) the 4592-TPX-2011.051 SSS. 3.1.2 First Article. The Vendor shall supply one first article unit for testing in accordance with the contract to be delivered within 90 days after award of the contract. The unit shall be tested per a government approved Acceptance Test Plan/Procedure (ATP) at the government facility located at Webster Field, MD. The first article shall operate in a laboratory with environmental conditions specified in the ATP. The performance of the first article unit shall be functionally equivalent to the performance of the deliverable production units per the performance SOW. The first article unit shall maintain an equivalent form factor to the deliverable production units. A second unit shall be delivered within 30 days of the first unit. 3.2. Acceptance Testing. All acceptance testing will be based on the 4592-TPX-2011.051 SSS provided by the government. This SSS shall contain the acceptance criteria by which a successful acceptance test is defined. The acceptance testing will also be performed with the first article unit at a government laboratory by government personnel. 4.0 DELIVERY AND PACKAGING. 4.1. Delivery. The contractor shall deliver to: Receiving Officer NAWCAD M/F: Josh Weckerly, 4.5.9.2 17472 Webster Field Road, Bldg. 8131 St. Inigoes, MD 20864-0010 Delivery shall be 90 days ARO 4.2. Packaging. 4.2.1 All delivery items shall be packaged using best commercial practices to prevent damage to items. 4.2.2 The exterior of each container shall be marked with the manufacturer's name, the manufacturer's CAGE code, the item name, part number, and the quantity contained in the container. 5.0 WARRANTY. The offeror shall warrant all deliveries as free of manufacturing and workmanship defects for a period of one (1) year. The offeror shall provide a turnaround time of 30 days for all failed items. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is a request for competitive proposals. All proposals received by 20 Sep 2012 will be considered by the Government. The Government will not pay for any information received. Facsimile proposals are acceptable. For information contact: Betty Goddard, 301-757-8949, 301-757-9046 FAX, or email: elizabeth.goddard@navy.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/n00421-12-T-0638/listing.html)
 
Place of Performance
Address: NAWCAd, 17472 Webster Field Rd, st inigoes, Maryland, 20684, United States
Zip Code: 20684
 
Record
SN02879094-W 20120914/120913000319-f0c2b416a691f41acaaca25ff1139ff6 (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.