Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 13, 2024 SAM #8234
SOLICITATION NOTICE

58 -- Commercial 400-Watt C-Band Radar Tracking Transponder (CRTT)

Notice Date
6/11/2024 6:40:06 AM
 
Notice Type
Presolicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
 
ZIP Code
20670-5000
 
Solicitation Number
N00019-24-RFPREQ-WPM208-0083
 
Response Due
6/26/2024 2:00:00 PM
 
Archive Date
07/11/2024
 
Point of Contact
Sarah Carter
 
E-Mail Address
sarah.b.carter8.civ@us.navy.mil
(sarah.b.carter8.civ@us.navy.mil)
 
Description
The Naval Air Systems Command (NAVAIR), Aerial Targets Program Office (PMA-208), Patuxent River, MD intends to competitively procure commercial 400-watt C-Band Radar Tracking Transponders in accordance with FAR Part 12 that can meet the Department of Defense Range Commanders Council (RCC) Standard 262-14 (June 2014) and Performance Specification PMA208-C-Band Transponder-17007 Rev E (18 March 2024). The C-Band Radar Tracking Transponder is a general purpose, precision C-band radar transponder used in various Developmental Testing and Operational Testing (DT/OT) events in support of multiple weapons programs. The full and open competitive procurement will be awarded to the Best Value offeror that meets all the requirements outlined in the solicitation. The best value criteria and weights will be identified in the solicitation. The United States Government (USG) anticipates award of a Firm Fixed Price (FFP), five (5) year Indefinite Delivery Indefinite Quantity (IDIQ) type contract with a maximum ceiling of approximately 1,000 units. In addition to production units, it is anticipated there will be a requirement for First Article Units (FAUs) and associated documentation, and associated integrated logistics products and obsolescence engineering requirements. FAUs will be required 12 months after contract award. Contract award is anticipated for March 2025. The solicitation will be posted on or around July 2024 in the Solicitation module within the Procurement Integrated Enterprise Environment (PIEE), https://piee.eb.mil/. In addition, a notice of the solicitation, with links to the solicitation documents in the solicitation module, will be posted on the System of Award Management (SAM), https://sam.gov/. It is the potential Offeror�s responsibility to monitor this site for the release. The USG will only release the solicitation, including subsequent amendments, on these websites. No telephone requests for the solicitation will be accepted. No hard copies of the solicitation package will be mailed. After the solicitation release, interested vendors should regularly access the website to ensure they have all amendments. No emailed or faxed proposals will be accepted � only electronic. The point of contract for this procurement is Ms. Sarah Carter, Contract Specialist, sarah.b.carter8.civ@us.navy.mil. Offerors will be required to demonstrate that its proposed item meets the definition of �Commercial Product� as defined in Federal Acquisition Regulation (FAR) 2.101 and as detailed in the solicitation. REQUEST FOR TECHNICAL INFORMATION: The Performance Specification (PMA208-C-Band Transponder-17007) is marked with Distribution Statement D, which is authorized for release to the Department of Defense (DoD) and U.S DoD Contractors only. Please contact Ms. Sarah Carter, NAVAIR Contract Specialist, at sarah.b.carter8.civ@us.navy.mil to request a copy of the specification. In order to receive a copy, vendors must provide the name of your company, mailing address, phone number, email address, current and active CAGE number to confirm their status as a U.S. Government contractor and a copy of a current and valid DD Form 2345, Military Critical Technical Data Agreement. The DD2345 must be on file with the U.S./Canada Joint Certification Office. To file a DD2345, please visit the DLIS website at https://www.dla.mil/HQ/LogisticsOperations/Services/JCP/ or contact them at 1-800-352-3572. This website will provide all necessary information concerning certification under the Joint Certification Program. Cage code status will be confirmed via the System for Award Management (SAM) at www.sam.gov. For assistance in registering your company, please engage the SAM helpdesk at https://fsd.gov/fsd-gov/home.do. The documentation related to this requirement is export controlled. NOTE: THIS PRE-SOLICITATION NOTICE IS NOT A REQUEST FOR PROPOSAL. The USG is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. This synopsis is for information and planning purposes only, it does not constitute a solicitation for bid or proposals, and should not be construed as a commitment by the USG. The information provided herein is subject to change and in no way binds the USG to solicit for or award a competitive contract. All responsible sources�may�submit a proposal which�shall�be considered by the agency.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/deb2daaf17f0443db33c84f576511951/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07093577-F 20240613/240611230129 (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 |
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.