SOLICITATION NOTICE
58 -- Radar Tracking Transponder, AN/DPN-90(V)1/(V)2(A)
- Notice Date
- 12/17/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Weapons Division Dept. 3, Commander, NAWCWD, Code 230000E, 575 I Ave, Suite 1, Point Mugu, CA, 93042-5049
- ZIP Code
- 93042-5049
- Solicitation Number
- N68936-03-R-0020
- Archive Date
- 1/4/2004
- Point of Contact
- Timothy Byrnes, Contract Specialist, Phone (805) 989-0959, Fax (805) 989-0561, - Billy Kilby, Contracting Officer, Phone (805) 989-8418, Fax (805) 989-0561,
- E-Mail Address
-
timothy.byrnes@navy.mil, billy.kilby@navy.mil
- Small Business Set-Aside
- Total Small Business
- Description
- The Naval Air Warfare Center Weapons Division intends to procure on a competitive basis Radar Tracking Transponders, AN/DPN-90(V)1/(V)2(A) [(hereafter referred to as DPN-90(s)], incidental Engineering and Technical Support Services for DPN-90s, incidental Repair Services for DPN-90s and DPN-90 related Technical Data. The DPN-90s, Services and Technical Data shall be in accordance with NAVAIR, NAWCWD Performance Specification, Statement of Work and CDRLs. It is anticipated that this requirement will be awarded during the period 01 JUN 03 through 29 AUG 03. It is planned to award an Indefinite Delivery Indefinite Quantity (IDIQ) type of contract with Delivery Order 0001 being issued concurrent with award. Delivery Order 0001 will meet the contract's minimum order requirements. Delivery Orders will be issued over a six-year period with an initial order and five additional ordering periods of one-year duration. Pricing of the DPN-90s and Technical Data shall be on a fixed price basis and pricing of the Engineering and Technical Support Services and Repair Services shall be on a time and material basis. Contract award will be on a First Article required basis. The DPN-90s are radar-tracking transponders. The AN/DPN-90(V)1(A) is a G band radar tracking transponder with an operating frequency of 5.4 to 5.9 Gigahertz (GHz). The AN/DPN-90(V)2(A) is an I band radar tracking transponder with an operating frequency of 9.0 to 9.5 Gigahertz (GHz). The DPN-90s are intended to be used in subsonic and supersonic aerial targets, and surface targets. The DPN-90s are intended to receive interrogations from radar and transmit a reply to the interrogation on another frequency. The DPN-90s are intended to be used to extend the operating range of the radar. The weight of the transponders shall not be greater than 45 ounces. Delivery Order 0001 will be for 6 each DPN-90 First Article Units, 1 lot DPN-90 First Article Testing and 1 lot DPN-90 First Article related Technical Data. The six DPN-90 First Article Units shall be built and successfully complete First Article Testing within 365 days after issuance of Delivery Order. Delivery of Technical Data shall be in accordance with the basic contract?s CDRLs. Delivery of the DPN-90 First Article Units shall be within 15 days after approval of the Configuration Audit Summary Report. Total IDIQ contract quantities are 1,000 each IDIQ DPN-90 Production Units, 1 lot DPN-90 Engineering Manual, 1 lot Initial IDIQ DPN-90 Production Technical Data, 1 lot (each order) IDIQ DPN-90 Production Technical Data, 5 lots DPN-90 Engineering and Technical Support Services and 5 lots DPN-90 Repair Services. Delivery of all DPN-90 units shall be FOB destination to Naval Base Ventura County, Point Mugu, CA. Delivery of IDIQ DPN-90 Productions Units shall be at a rate of 20 units per month to commence no later than 180 days after issuance of Delivery Order or within 30 days after completion of the delivery of all units ordered by prior Delivery Orders. Delivery of IDIQ DPN-90 Technical Data shall be as specified in the basic contract?s CDRLs. The period of performance for the IDIQ DPN-90 Engineering and Technical Support Services and IDIQ Repair Services shall be as specified in individual Delivery/Task Orders. The solicitation will be released on or about January 6, 2003 and will be available on the 2.0 Contract Competency homepage at https://contracts.nawcwd.navy.mil/rfp-nawc.htm. Some portions of the RFP are not available electronically. It is the offeror's responsibility to contact the Government Representative cited in the RFP (and listed below) to obtain copies of the RFP that are not available electronically. These documents will be provided on either a 3.5-inch diskette or on a Compact Disk (CD) that will be mailed to all potential offerors concurrent with the posting of the solicitation to the 2.0 Contract Competency homepage. To request the documents on the diskette/CD, submit the request via e-mail to timothy.byrnes@navy.mil with the following information: company name, company's CAGE code, company's mailing address, point of contact, and e-mail address of POC. If you want to be notified when the solicitation and amendments to the solicitation (if any) are posted to the 2.0 Contract Competency homepage, register with NECO at http://www.neco.navy.mil and include FSC 5895. All responsible sources may submit a proposal, which shall be considered by the agency. See notes 1 and 26.
- Place of Performance
- Address: Contractor's facility and Naval Base Ventura County, Point Mugu, CA 93042-5049.
- Record
- SN00225440-W 20021219/021217213750 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |