Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 18, 2014 FBO #4589
SOLICITATION NOTICE

36 -- Three-Axis Flight Simulator - Statement of Work - Simulator

Notice Date
6/16/2014
 
Notice Type
Presolicitation
 
NAICS
333318 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
Department of the Navy, Office of Naval Research, Naval Research Laboratory, 4555 Overlook Ave. S.W., Washington, District of Columbia, 20375
 
ZIP Code
20375
 
Solicitation Number
N00173-14-R-DE02
 
Archive Date
6/20/2014
 
Point of Contact
Kristopher J. Ramsey, Phone: 2027673782
 
E-Mail Address
Kristopher.Ramsey@nrl.navy.mil
(Kristopher.Ramsey@nrl.navy.mil)
 
Small Business Set-Aside
N/A
 
Description
SOW for Three-Axis Simulator Requirement Central Target Simulator - Three Axis Fight Simulator Replacement (Simulator) N00173-14-R-DE02 The Naval Research Laboratory (NRL), Washington, D.C. operates the Central Target Simulator (CTS) Facility. CTS is a high-performance, hardware-in-the-loop (HWIL) simulation facility used for real-time closed-loop testing and evaluation of electronic warfare (EW) systems and techniques to counter the anti-ship missile (ASM) threat to the U.S. Navy. Tests use actual missile hardware and closure rates, enabling test results to be reported in the form of hit/miss distances. Open-loop characterization tests evaluate the capabilities of threat systems and contribute data to the threat simulator validation process. The current Three-Axis Flight Simulator (TAFS) was originally installed in 1977. The CTS Facility requires the removal of the existing equipment and replacement/installation of a new "simulator". The simulator consists of three primary components: a physical Three-Axis Table (TAT) plant (YAW, PITCH, ROLL Axes); a Hydraulic Power Unit (HPU), to include plumbing; and a Digital Control System (DSC) to include all wiring. The contractor shall remove, deliver and install the new unit as listed in the Statement of Work (SOW) (attached), and meet all performance criteria provided in the technical specifications and detailed requirements of the SOW. Based on a survey of the market, the Government has determined that the supplies to be acquired meet the definition of a commercial item. Therefore, the Government intends to use FAR Part 12, Acquisition of Commercial Items. A firm-fixed-price contract is contemplated. All responsible sources may submit a proposal based on solicitation for this requirement, which will be posted under separate notice on FBO. NRL uses electronic commerce (EC) to issue requests for proposals (RFPs) and amendments to RFPs. Paper copies of the RFP will not be provided. The actual closing date for proposals will be stated in the solicitation Per Department of the Navy, Memorandum for Distribution, dated 02 Jun 2014, and titled "Improving Communications during the Market Research Process," all synopsis notices must reference previous market research sources sought notice if applicable. The previous "simulator" procurement was conducted in 1977. No sources sought information was identified. Current market research via the World Wide Web (Internet), the Federal Procurement Data System (FPDS), FedBizOpps (FBO), GSA, the Dynamic Small Business Website, appropriate technical and scientific journals, and industry and trade associations identified one small business under the required NAICS capable of producing the requirement. This requirement will be solicited as unrestricted, full and open. The Naval Research Laboratory Small Business Office concurs with the determination. Other business opportunities for NRL are available at our website: http://heron.nrl.navy.mil/contracts/rfplist.htm
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/ONR/N00173/N00173-14-R-DE02/listing.html)
 
Place of Performance
Address: Naval Research Laboratory, 4555 Overlook Avenue S.W., Washington, District of Columbia, 20375, United States
Zip Code: 20375
 
Record
SN03396162-W 20140618/140616234746-79d450805e872829bdc8f760badec521 (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.