Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 6, 2001 PSA #2887
SOLICITATIONS

59 -- SOURCES SOUGHT FOR PATRIOT MISSILE DUAL- AND SINGLE-FREQUENCY TELEMETRY KITS

Notice Date
July 3, 2001
Contracting Office
Commander, Naval Air Warfare Center, Weapons Division, Code 220000D, 1 Administration Circle, China Lake, CA 93555-6100
ZIP Code
93555-6100
Solicitation Number
N68936-01-R-0105
Response Due
July 30, 2001
Point of Contact
Erin Strand, Contract Specialist, 760-939-7309; Mary Jacobs, Contracting Officer, 760-939-6043, strandek@navair.navy.mil
Description
The Naval Air Warfare Center Weapons Division (NAWCWPNS) seeks a qualified vendor to supply (1) the installation hardware, cables, power diode assembly, antenna set, and FM transmitter for the Patriot Missile single telemetry kit; and (2) the installation hardware and cables, Telemetry Electronics Module (TEM), antenna set, diplexer, and two FM transmitters for the Patriot Missile alternate dual telemetry kit (herein referred to as single kits or dual kits, respectively). Kit is defined as all components making up the telemetry unit. At the component level, the kit requires transmitters (single- and dual-frequency), diplexers, antennas, and hardware mounting kits (single- and dual-frequency). Some components may be subject to military standard or military specification requirements. The components have multiple FSC codes but for the purposes of this requirement they will be coded under 59, because the majority of the components have this FSC. NAWCWPNS intends to maximize small business participation in meeting its core requirements. The primary focus of this notice is to identify interested sources for information and planning purposes only. This announcement is open until 2:00 PM Pacific Time, 30 July 2001. The NAICs Code is 334220 with a Size Standard of 750 employees. The government reserves the right to make this requirement a small business set-aside. If a contract is awarded for this effort, the government anticipates a firm-fixed price, indefinite-delivery, indefinite quantity, delivery order type contract with a 5-year period of performance. Quantities for the single kit will be a minimum of 30 kits with 2 first article kits and a maximum of 302 kits (including first article). Quantities for the dual kit will be a minimum of 30 kits with 2 first article kits and a maximum of 302 kits (including first article). However, contract type, duration, and quantity could change. Previous contracts for the above mentioned components are Contract N68936-97-D-0186 with Haigh-Farr for Antennas; Contract N68936-99-D-0010 with Aydin Telemetry for Single-Frequency Transmitters; Contract N68936-99-D-0165 with Aydin Telemetry for Dual-Frequency Transmitters, Contract N68936-00-D-0014 with Delta Microwave for Diplexers, Contract N68936-00-D-0044 with Avisys for Single-Frequency Transmitter Mounting Hardware Kits, and Contract N68936-00-D-0045 with Avisys for Dual-Frequency Transmitter Mounting Hardware Kits. Contract award information can be obtained through a Freedom of Information Act (FOIA) request by contacting Julie Gervais, FOIA Officer, by phone at 760-939-6991 or by e-mail at gervaisjr@navair.navy.mil. The following information is provided about the requirement: (1) First Article Testing may be required by the prime contractor to assure the kit conforms; (2) Certification from subcontractors that the item meets the requirements may be required; (3) Work shall be performed in accordance with the Statements of Work (SOW); draft Drawing Packages; and Contract Data Requirements List (CDRLs), DD Form 1423, provided at the following website: http://www.nawcwpns.navy.mil/~contract/rfp-nawc.htm; (4) Inspection and Acceptance are anticipated to be destination for single kits and source for dual kits; (5) Delivery will begin 270 days after the effective date of the Delivery Order at a delivery rate of 10 units per month, delivery can be early up to the amount of the individual order, and delivery orders with overlapping delivery schedules shall have consecutive deliveries; (6) Delivery shall be FOB Destination to NAWCWPNS China Lake, CA, for dual kits and White Sands, NM, for single kits; (7) Government furnished property (GFP) may be provided; and (8) Due to the anticipated dollar value, a subcontracting plan will be required, and cost and pricing data or other than cost or pricing data may be requested. The following issues are of concern and any comment would be appreciated: (1) In some cases the components identified in the Government Drawing Package use obsolete parts or parts that may become obsolete. Identifying, locating, and procuring obsolete parts is an important aspect of this requirement; (2) This market research is conducted in accordance with FAR 10.001 and prior to soliciting offers that may result in a bundled contract as defined in FAR 2.101. The Government requests input to the possible consolidation of requirements previously provided under smaller separate contracts; (3) The Government requests input as to whether it would be feasible or desired for the prime contractor to put their name on the kit; and (4) The Government requests contractor input on the value of holding an Industry Day. Sources may contact the following concerning these issues and others: Deane Campbell, Technical Point of Contact, by phone at 760-939-6871, by fax at 760-939-6782, or e-mail at campbelld@navair.navy.mil; or Erin Strand, Contract Specialist, by phone at 760-939-7309; by fax at 760-939-8186; or e-mail at strandek@navair.navy.mil. Questions and comments are highly encouraged. Submissions of interest and/or statements of capability in the areas mentioned above should include the following information, taking into consideration that the information submitted may not be used for a procurement action: (1) A reference to the schedule number N68936-01-R-0105 and title (Sources Sought For Patriot Missile Dual- And Single-Frequency Telemetry Kits) of this announcement; (2) Company Name and Address; (3) Company's point of contact name, phone, fax, and e-mail; (4) If a U.S. or foreign company; (5) Company Size (Small or Large according to NAICs Code 334220 with a Size Standard of 750 employees); (6) If your company is a Small Business, specify if your company is or is not each of the following: (a) Small Disadvantaged Business; (b) HubZone Business; (c) Woman-Owned Business; (d) 8a Business; (7) An outline of previous projects, specific work previously performed or being performed; (8) If you are a large business provide a sample of a previously approved government subcontracting plan and indicate the percentage of small businesses supporting your contract; (9) Any DCAA or DCMA points of contact for your business; (10) In-house capabilities including Quality Control System (i.e., ISO certification) and testing; (11) Which portion of this work, if any, can you provide in-house and which portion will be subcontracted out; (12) Whether you can provide both the single and dual kits or just one (if only one, which one); (13) If unable to provide delivery as stated above, suggest a delivery schedule; (14) any warranty information (standard, commercial, extended); and (15) Any other specific and pertinent information as pertains to this particular area of procurement that would enhance our consideration and evaluation of the information submitted. Contractors should appropriately mark any data that is proprietary or has restricted data rights. Responses should be sent by mail to Commander, Code 220000D, Building 982 Bowen Ave., Naval Air Warfare Center, Weapons Division, China Lake, CA 93555-6100, Attn: Erin Strand; by facsimile to 760-939-8186; or by e-mail to strandek@navair.navy.mil. This synopsis is not a request for proposal, but a Sources Sought Announcement for information and planning purposes only. The government will not pay for any effort or materials expended in responding to this announcement. All information submitted should become the property of the government. This announcement does not obligate the government to issue a solicitation or award a contract for any items for which information is voluntarily submitted for assessment.
Record
Loren Data Corp. 20010706/59SOL005.HTM (W-184 SN50Q7R2)

59 - Electrical and Electronic Equipment Components Index  |  Issue Index |
Created on July 4, 2001 by Loren Data Corp. -- info@ld.com