Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 21, 2006 FBO #1668
SOURCES SOUGHT

36 -- Telescopic Mast Systems

Notice Date
6/19/2006
 
Notice Type
Sources Sought
 
Contracting Office
P.O. Box 190022, North Charleston SC 29419-9022
 
ZIP Code
29419-9022
 
Solicitation Number
SSC-Charleston_MKTSVY_37846
 
Response Due
6/26/2006
 
Small Business Set-Aside
N/A
 
Description
The Space and Naval Warfare Systems Center, Charleston (SPAWARSYSCEN< Charleston) is soliciting information from potential sources to provide over the next five years (base period and four (4) one year options) 200 Mast system telescopic mast EX141/15-3s. The mast shall have a payload capability of at least 66 pounds, an adjustable length between 3 meters and 15 meters (or approximately 50 feet) expandable length of 50 feet. The mast shall be able to operate at any length between the minimum and maximum lengths. The mast shall have a collapsed length that allows the retracted mast to fit upon a MIL-STD 463L pallet diagonally. The mast shall be capable of being erected by one ???experienced??? person with the use of a Single Person Deployment Kit. The mast shall weigh no more than 100 pounds. The mast shall be mountable to the AAR Mobility HELAMS Shelter. A bracket system specifically designed for this mounting shall be currently available. The mast system shall have passed the Deflection Testing Procedure (KAR- 05-00187) that measures the amount of deflection of the mast system under varying conditions. The mast system shall also have passed the Test Procedure for Lightning Protection that allows for not only recovery, but retain a fully deployable status post lightning strike testing. This testing is performed by Lightning Technologies Inc., in accordance with Karta Test Plan KAR-05- 00189. A Firm Fixed Price Indefinite Delivery Indefinite Quantity type contract is anticipated. Delivery of 1 ??? 27 each is required within 120-180 days after contract award and for each delivery thereafter, partial shipment will be accepted on the remaining 173 to be delivered upon the government???s request based on the issuance of delivery orders after contract award. The option to purchase a total quantity of 200 antennas will be effective for each contract period or until 200 are purchased whichever comes first. The NAICS Code is 334220 and the applicable size standard is 750 employees. A quantity price breakdown of the following is required for this opportunity: 1-10 11-20 21-50 51-100 100 + NO SOLICITATION WILL BE MADE AVAILABLE AS A RESULT OF THIS ANNOUNCEMENT. THIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. Any firm that believes it can meet these requirements may give written notification to the individual identified below. Supporting evidence to include appropriate documentation, literature and references must be furnished in sufficient detail to demonstrate the high level of proficiency required to comply with the exact requirements shown above. This documentation shall include: contract numbers, contract types, dollar value for each contract referenced, summary of work performed as well as a customer point of contact, including phone number, for relevant work performed during the past five years that substantiates the ability to meet this requirement. It shall also include the physical characteristics and specifications of the item to be evaluated. The data submitted shall be limited to no more than five (5) pages. Comments and/or responses shall be submitted via e-mail to SPAWARSYSCEN Charleston, Code 025BY, Brenda Yopp at brenda.yopp@navy.mil. Any response to this announcement must be received no later than 1400 EST 26 June 2006 All responses will be evaluated; however, a determination by the Government not to compete the proposed action is solely within the discretion of the Government
 
Web Link
Click on this link to access the SPAWAR E-Commerce Central Web Site
(https://e-commerce.spawar.navy.mil/Command/02/ACQ/navhome.nsf/homepage?readform&db=navbusopor.nsf&whichdoc=624D4C0B3B0219498825719200534211&editflag=0)
 
Record
SN01073308-W 20060621/060619222601 (fbodaily.com)
 
Source
FedBizOpps 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.