SOLICITATION NOTICE
59 -- Fiber Optic Transceiver
- Notice Date
- 6/24/2015
- Notice Type
- Presolicitation
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Weapons Division Dept. 2, Commander, NAWCWD, Code 220000D, 429 E. Bowen Rd - Stop 4015, China Lake, California, 93555-6100, United States
- ZIP Code
- 93555-6100
- Solicitation Number
- N6893615T0212
- Archive Date
- 6/30/2016
- Point of Contact
- Christopher N. Bigelow, Phone: (760) 939-2530, Faith L LaGore, Phone: (760) 939-0852
- E-Mail Address
-
christopher.bigelow@navy.mil, faith.lagore@navy.mil
(christopher.bigelow@navy.mil, faith.lagore@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Fiber Optic Transceiver.. The fiber interface is OC-48/STM-16 2×5 SFF Single Mode Transceiver with EMI Shield, -10 to -3 dBm Optical Output Power. It operates at 2.488 Gb/s. It must be short reach (SR-1) with a maximum reach of 2km. The center output frequency must be 1310mn with maximum variation of 1266nm to 1360nm. The receiver must have a minimum sensitivity of -18dBm. The electrical interface is AC-coupled LV-PECL with power supply at 3.3 volts. The housing is metal for increased EMI shielding. The requirement is being advertised as sole source in accordance with FAR 6.302.1. The Naval Air Warfare Center, Weapons Division, China Lake, CA intends to procure on an other than full and open competition basis the following items: 1) Fiber Optic Transceiver, Qty 200 EA. This requirement is sole sourced to Oplink Communications, Inc. 46335 Landing Pkwy Fremont, CA 94538 as the only vendor able to produce this requirement due to the procurement being a direct replacement for existing parts. Developing and testing an alternative part would cause the program to be delayed, ultimately resulting in failure of the program. Any firms believing that they can provide the materials may submit a written response to be received at the Contracting Office no later than 5 days after the date of publication of this notice. It must clearly show the firm's ability to be responsive without compromising the quality, accuracy or reliability of the materials without causing programmatic hardship. All responsible sources may submit a quotation which shall be considered by the agency. Respond to Chris Bigelow, by email to christopher.bigelow@navy.mil, fax to (760) 939-3095, or mail to Commander NAWCWD Code 254200D, Attn: Chris Bigelow, 429 E Bowen Ave, MS 4015, China Lake, CA 93555-6108. Quotations are preferred via email. All responsible sources must be registered in the System for Award Management (SAM) database at the following website: https://www.sam.gov/portal/public/SAM/. Written responses shall be submitted by e-mail to the point(s) of contact listed below or mailed to the Contracting Office Address listed below no later than 5 days from this notice date. Contractors must be certified through Defense Logistics Information Services (DLIS) in order to access Controlled Unclassified Information within FBO. See the DLIS website for registration details: http://www.dlis.dla.mil/jcp/.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68936D2/N6893615T0212/listing.html)
- Record
- SN03774684-W 20150626/150624235103-d564c020ba8ded85d98716f32918bfd7 (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 |