Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 20, 2012 FBO #3983
SOLICITATION NOTICE

66 -- 8003 Scalar Network Analyzer

Notice Date
10/18/2012
 
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
N68335-13-R-0023
 
Archive Date
11/17/2012
 
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, Aviation Fleet Intermediate Calibration Activities, Fleet Training Activities and Aviation Navy Calibration Laboratories: 8003 Scalar Network Analyzer, Qty 7 Each; 80301A Standard Power Sensor, Qty 7 Each; 80302A Standard Power Sensor, Qty 7 Each; S5554B Accessory Kit, Qty 7 Each; UID Labels (Lot), Qty 7 Each. These standards are listed as the standard model for 15 different NAVAIR Instrument Calibration Procedures (ICP). The calibration procedure for the Common Radio Frequency Communication/Navigation Test Set (CRAFT) has been developed and a proof of concept for the 8003-S5554B as a required component of this procedure has been completed. The ICP 17-20GX-126 specifically requires the model 8003-S5554B to verify the AN/USM-719 CRAFT operational functions of the Directional Antenna Voltage Standing Wave Ratio (VSWR), Sweep VSWR, and Antenna Cable Assemblies are within the allowable ranges as indicated in the ICP. Development of this ICP found that the model 8003-S5554B had no suitable substitutes that would meet the required range, tolerance, accuracy, and physical dimensions of the required model. The interface and design details are proprietary to the OEM. The logistics support for the required equipment has previously been established and paid for by the government. The requirements are as follows: Warranty: The offeror's commercial warranty of at least one year with warranty sticker shall apply. Calibration Certificate with label (includes start and end date) shall be affixed to each unit and serial numbers shall be affixed to each unit, plus a warranty certificate. English language printed Operator/Service Manual is required. All units with acquisition cost of $5,000 or more will require a Unique Item Identification (UID) Label applied in accordance with DFAR 211.274-2. DFAR Clause 252.211-7003, Item Identification and Valuation, will be incorporated into any resultant contract. Inspection and Acceptance is at Destination. All items shall be preserved, packaged, packed and marked in accordance with best commercial packages. Units are to be shipped FOB Destination to MCAS Beaufort, SC (Full address to be provided at time of award). Delivery of first unit shall be 140 days after date of contract award. Early or partial deliveries are encouraged. Giga-Tronics, Inc. of San Ramon, CA is the Original Equipment Manufacturer (OEM) for the identified items above. They are the sole designer, developer, and manufacturer who calibrate the products in accordance with their certification/accreditation. As such they can guarantee the equipment meets the original performance characteristics, design features and operational instructions set forth by the Instrument Calibration Procedures (ICPs). This includes accuracy certification, creation of ICPs, QA bench test certification, and data element support. The Government does not own any data, or other specifications to permit full and open competition. The Government intends to procure the above items under the authority of 10 USC 2304 (c) (1), as implemented by FAR 6.302-1. This notice of intent is not a request for competitive proposals. However, all responses received within fifteen (15) days after the date of publication of this synopsis will be considered by the Government. Information received as a result of the notice of intent will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Government not to open the requirement to competition based upon 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/N68335-13-R-0023/listing.html)
 
Place of Performance
Address: Naval Air Warfare Center Aircraft Division, Highway 547, Lakehurst, New Jersey, 08733, United States
Zip Code: 08733
 
Record
SN02915673-W 20121020/121018234054-6431563122a64ab6f1dd1f02823a4d27 (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.