Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 13, 2004 FBO #0991
MODIFICATION

58 -- PRODUCTION AND DELIVERY OF AN/APX-117, AN/APX-118 TRANSPONDER AND ASSOCIATED EQUIPMENT

Notice Date
8/11/2004
 
Notice Type
Modification
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272 47123 Buse Road Unit IPT, Patuxent River, MD, 20670
 
ZIP Code
20670
 
Solicitation Number
N00019-04-R-0153
 
Response Due
9/10/2004
 
Archive Date
9/10/2004
 
Point of Contact
Maureen Bernard, Contract Specialist, Phone 301-757-5899, Fax 301-757-5946, - Randall Johnston, Contract Specialist, Phone (301) 757-5900, Fax (301) 757-5955,
 
E-Mail Address
bernardm@navair.navy.mil, randall.johnston@navy.mil
 
Description
The synopsis is amended to correct the response date to August 31, 2004 for interested parties. The revised synopsis follows: The Naval Air Systems Command, Air Traffic Control and Combat Identification Systems Program Office (PMA-213), intends to award a sole source production contract to BAE Systems Aerospace Incorporated, One Hazeltine Way, Greenlawn, NY 11740-1606 for the continued production and delivery of the AN/APX-117 and AN/APX-118 transponder and associated equipment. The scope of the effort will be to manufacture, test, modify, and deliver the system for use on both shipboard and airborne weapon systems platforms to fulfill both Navy and Army requirements. Estimated quantities for each of these items range up to 1100 units over a 4 year period. Quantities may increase as additional requirements are identified, at which time, notification will be made via the Federal Business Opportunities (FedBizOpps) web site. The delivery schedule will start six months after receipt of order with deliveries completed within 18 months after receipt of order. Additionally, BAE Systems Aerospace will be required to perform integration of the Air Traffic Management Radar Control Beacon Information Friend or Foe Mark XIIA System (AIMS) Mode 5 capability into the AN/APX-118 and RT-1832 transponder sets. This acquisition is being pursued on a sole source basis under the statutory authority 10 U.S.C. 2304(c)(1), as implemented by Federal Acquisition Regulation (FAR) 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. BAE Systems Aerospace is the sole manufacturer of this requirement and is the only qualified source with the necessary knowledge, data, equipment and experience to perform this effort within the required timeframe. A significant capital investment is required to perform this effort. It is anticipated that an Indefinite Delivery type contract with provisions for Firm-Fixed-Price (FFP) delivery orders will be awarded for a base period of one year with three one-year options. While this notice of intent is not a request for competitive proposals, interested parties may identify their interest and technical capability to respond to this requirement and may submit information which will be considered by the Naval Air Systems Command by or before August 31, 2004. For inquiries regarding this procurement, contact Randy Johnston, Contract Specialist, code 2.4.2.4.1 at (301) 757-5900, Facsimile (301) 757-5955 or via e-mail: randall.johnston@navy.mil, or Maureen Bernard, Contracting Officer, 2.4.2.4, Phone (301) 757-5899, Facsimile: (301) 757-5955, or via e-mail: maureen.bernard@navy.mil See Numbered Notes 22 and 26.
 
Place of Performance
Address: One Hazeltine Way, Greenlawn, NY
Zip Code: 11740-1606
Country: U.S.A.
 
Record
SN00641748-W 20040813/040811212712 (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 |
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.