SOLICITATION NOTICE
59 -- Solid State High Power Pulse Transmitters
- Notice Date
- 8/10/2022 9:26:24 AM
- Notice Type
- Presolicitation
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- NAVAL AIR WARFARE CENTER AIR DIV PATUXENT RIVER MD 20670-1545 USA
- ZIP Code
- 20670-1545
- Solicitation Number
- N6833522Q0317
- Response Due
- 8/24/2022 9:30:00 PM
- Point of Contact
- Trevor Greig
- E-Mail Address
-
trevor.m.greig.naf@us.navy.mil
(trevor.m.greig.naf@us.navy.mil)
- Description
- The Naval Air Warfare Center Aircraft Division (NAWCAD) Webster Outlying Field Air Traffic Control & Landing Systems (ATC&LS) Division has a requirement to provide solid state high power pulse transmitters used in Precision Approach Landing Systems (PALS). NAWCAD Lakehurst, New Jersey, intends to issue a Request for Quote (RFQ) on a sole source basis to Exodus Advanced Communications Corporation (Exodus) for the procurement of solid state high power pulse transmitters used in PALS. It is anticipated that the Government will be procuring 15 pulse transmitters. The function of PALS is to provide precision landing information to air traffic controllers and the final approach controller while landing aircraft aboard aircraft carriers and amphibious assault ships and at Department of the Navy air stations. The ATC&LS Division has a requirement to maintain the legacy PALS at a fully-operational mode to ensure maximum fleet readiness. This procurement action will provide reliable and maintainable transmitters to replace obsolete legacy components and assemblies. The PALS that are applicable to this procurement include AN/FRN49(V) Shore Instrument Carrier Landing System (ICLS) and AN/SPN-41B ICLS. Exodus, as the OEM of the solid state high power pulse transmitters, is the only source with the requisite knowledge, technical experience, and production-level data to support repair, restoration, modification, and spare parts without extensive and costly reverse engineering efforts. The solid state transmitters have been tested and included in the AN/FRN-49(V) configuration baseline per engineering change proposal SPN41B-004 Part 2, approved on 23 June 2020. Program directives specify commonality between the shipboard AN/SPN-41B ICLS and shore variant AN/FRN-49(V) ICLS; however, differing testing criteria are used to certify a shipboard or shore-based system. Engineering support from the OEM is required for any updates to the hardware to meet shipboard certification prior to incorporating into the AN/SPN-41B baseline and deployment to the fleet. THIS IS NOT A REQUEST FOR PROPOSALS. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate on a limited competition basis under the authority of 10 U.S.C. 2304(c)(1), FAR 6.302-1, Only one responsible source and no other supplies or services will satisfy agency requirements. The Government does not possess the necessary technical data to effectively solicit the development of the required supplies or services by full and open competition. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Responses must be received by the response date and time of this notice. RESPONSES BY PHONE OR FAX WILL NOT BE ACCEPTED.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/dfbdc5f33ccd43e2ab0c9d56a30ab1f0/view)
- Record
- SN06421808-F 20220812/220810230122 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |