Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 30, 2017 FBO #5637
SOURCES SOUGHT

66 -- Low Frequency AC/DC CALSTDS

Notice Date
4/28/2017
 
Notice Type
Sources Sought
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441, 21983 Bundy Road Unit 7, Patuxent River, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
N00421-17-R-0049
 
Archive Date
5/27/2017
 
Point of Contact
Heather N. Pulliam, Phone: 3017572339
 
E-Mail Address
heather.pulliam@navy.mil
(heather.pulliam@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought for Calibration Standards and Ancillary Equipment Disclaimer THIS ANNOUNCEMENT CONSTITUTES A SOURCES SOUGHT SYNOPSIS. THIS SOURCES SOUGHT IS ISSUED AS MARKET RESEARCH SOLELY FOR INFORMATION AND PLANNING PURPOSES - IT DOES NOT CONSTITUTE A REQUEST FOR PROPOSAL (RFP) OR A PROMISE TO ISSUE AN RFP IN THE FUTURE. THIS SOURCES SOUGHT DOES NOT COMMIT THE GOVERNMENT TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. THESE REQUIREMENTS ARE SUBJECT TO CHANGE AND THE INFORMATION PROVIDED BELOW IS FOR INFORMATIONAL PURPOSES ONLY. THE FINAL REQUIREMENT WILL BE DEFINED UNDER A FORMAL RFP. FURTHER, THE NAVY IS NOT AT THIS TIME SEEKING PROPOSALS AND WILL NOT ACCEPT UNSOLICITED PROPOSALS. RESPONDENTS ARE ADVISED THAT THE GOVERNMENT WILL NOT PAY FOR ANY INFORMATION OR ADMINISTRATIVE COSTS INCURRED IN RESPONSE TO THIS SOURCES SOUGHT NOTICE. ALL COSTS ASSOCIATED WITH RESPONDING TO THIS SOURCES SOUGHT WILL BE SOLELY AT THE EXPENSE OF THE INTERESTED PARTY. NOT RESPONDING TO THIS SOURCES SOUGHT DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE RFP, IF ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE FEDERAL BUSINESS OPPORTUNITIES (FBO) WEBSITE. IT IS THE RESPONSIBILITY OF THE POTENTIAL OFFERORS TO MONITOR THIS WEBSITE FOR ADDITIONAL INFORMATION PERTAINING TO THIS REQUIREMENT. Introduction: The Naval Air Warfare Center, Aircraft Division (NAWCAD) Integrated Combat Environments, Patuxent River, Maryland is requesting information and conducting market research to identify and determine if there are potential sources which have the capabilities to provide to procure Low Frequency AC/DC Calibration Standards (CALSTDS) and ancillary equipment. This Sources Sought is for planning and market research purposes only and should not be considered as a request for proposal or as a solicitation to do business with the Government. There is no solicitation package available at this time. PROGRAM BACKGROUND The Naval Air Systems Command (NAVAIR), headquartered at Patuxent River NAS, provides products and full life-cycle support for naval aviation weapons systems, including research, design, development, test and evaluation, training, and in-service engineering. The Naval Air Warfare Center Aircraft Division (NAWCAD) is a product center within NAVAIR that is the steward of the ranges, test facilities, laboratories, and aircraft necessary to support the Fleets requirements. REQUIRED CAPABILITIES Tasking: Vendor must have the ability to provide the exact Brand Name (TEGAM) and versions of each item in new condition as follows (NO SUBSTITUTIONS ALLOWED): The contractor shall provide the following equipment: 1) P/N 1830A RF POWER METER Qty 140 To include the following: a) Power Range: -30 to +14 dBm (0.001 mW to 30 mW) b) Frequency Range: 100 kHz to 40GHz (sensor dependent) c) Meter Uncertainty: ±0.05% of reading, ±0.5 μW (0.1% at 1 mW) d) Cal. Factor Resolution: 4 digit e) Bridge Resistance: Variable from 50 Ω to 300 Ω (RF termination 12.5 Ω to 75 Ω) f) Heater Circuit: 8 VDC @ 200 mA (compatible with all TEGAM and Weinschel thermistor mounts) g) Sensor Connections: a. Sensor 14-pin quick connect b. Heater 4-pin mini-microphone h) Communications: USB, 10/100 BaseT Ethernet LXI-C compliant i) Operating Temperature: 0 ºC to +55 ºC j) Storage Temperature: -40 ºC to +75 ºC k) Humidity: 0-95 % RH non-condensing l) Power Requirements: 100 to 240 VAC, 20 VA Max m) Dimensions: 2U ½ Rack 8.89 cm x 21.59 cm x 33.02 cm (3.5 in x 8.5 in x 13 in) n) Supported Sensors: Agilent: 478A, 8478B, S486A, G486A, J486A, H486A, X486A, M486A, P486A, K486A, R486A TEGAM/Weinschel: 1107-7, 1107-8, 1807, M1110, M1111, M1118, M1120, M1125, M1130, M1135, F1109, F1116, F1117, F1119, F1125, F1130, F1135 Any thermistor mounts compatible with Agilent 478A o) Software Support: SureCal, IVI-compliant LabView driver p) Power Cord P/N 068-21 q) Manual P/N 1830-901-01A 2) P/N CA-6-48 SENSOR CABLE 478A & 8478B, 48" Qty 140 3) P/N CA-20-24 CABLE 1830A CALIBRATION Qty 140 Requirements: 1. Mfr. one year warranty with sticker affixed to each unit or a warranty certificate if unable to affix sticker. 2. Calibration Certificate and calibration sticker (as applicable for each unit) 3. Manufacturer's Standard Operating and servicing manuals (CD version acceptable) shall be provided with each unit. The DFARS clause listed below must be referenced in all contracts and the manufacturer made aware that the use/reproduction of tech data/manuals (for government use only) will follow these use guidelines. DFARS SUBPART 227.71 - Rights in Technical Data 5. The US government shall have limited technical data rights for all technical manuals and documents furnished with the procured commercial items, for the purpose of Government use only in duplicating or posting technical documentation to limited access web sites for use by US Government Personnel and Contractors engaged in maintenance, calibration or related logistics activities associated with the procured commercial items in accordance with DFARS 252.227-7015 Technical Data--Commercial Items. Delivery Date: Delivery schedule as follows: 10 units per week starting December 01, 2017 Final delivery shall be no later than 14 weeks after award of contract, and shall be absolutely no later than April 01, 2018. ***PARTIAL SHIPMENT ACCECPTED*** ELIGIBILITY The appropriate Product Service Code (PSC) is 6625. The North American Industry Classification System (NAICS) Code is 334515 with a Small Business Size of 750 employees'. Submission Details Interested businesses shall submit responses electronically to the Contract Specialist, Heather Pulliam, in Microsoft Word or Portable Document Format (PDF) at heather.pulliam@navy.mil no later than 2:00 pm Eastern Standard Time on 12 May 2017. No phone or email solicitations with regard to the status of the RFP will be accepted prior to its release. Specific details will be provided in a solicitation which will be posted at https://www.fbo.gov/. Be advised that periodic access to the website is essential for obtaining updated documentation and the latest information regarding this procurement. All data received in response to this source sought, marked or designated as corporate or proprietary, will be fully protected from release outside the Government. Information and materials submitted in response to this request WILL NOT be returned. Classified material SHALL NOT be submitted. Interested Businesses should submit a brief capabilities statement package (no more than seven (7) one-sided, 8.5x11inch pages in length with font no smaller than 10 point) demonstrating the ability to perform the services listed in this notice. Vendor responses shall include the following administrative information: 1. Company Name, Company Address, and Points of Contact including name, telephone number, fax number, and email address. 2. Respondents to this notice also must indicate whether they are a large business or qualify as a Small Business (SB), Small Disadvantaged Business (SDB), Women-Owned Small Business (WOSB), HUBZone Small Business (HUBZone), Veteran-Owned Small Business (VOSB), or Service-Disabled Veteran Owned Small Business (SDVOSB) Concern. 3. Company profile to include number of employees, annual revenue history, office location(s), DUNS number, and a statement regarding current small/large business status. 4. Prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract number, organization supported indication of whether as a prime or subcontractor, contract values, Government point of contact with current telephone number, and a brief description of how the referenced contract relates to the services described herein. 5. Company's ability to perform more than 50% of the work 6. Company's ability to begin performance upon contract award. All responses must be sufficient to permit agency analysis to establish bona fide capability to meet requirements. Summary THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/N00421-17-R-0049/listing.html)
 
Place of Performance
Address: Patuxent River, Maryland, 20670, United States
Zip Code: 20670
 
Record
SN04489394-W 20170430/170428234122-9be0e94dfe932e6eb0f85f8866fd9ef2 (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.