SOLICITATION NOTICE
J -- Repair Camera Sensor
- Notice Date
- 2/15/2018
- Notice Type
- Presolicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Weapons Division, 429 E. Bowen Rd. Stop 4015 - CL, 575 'I' Ave, Bldg 36, Ste 1116 - PM, China Lake/Pt Mugu, California, 93555-6108, United States
- ZIP Code
- 93555-6108
- Solicitation Number
- N6893618Q0088
- Archive Date
- 2/22/2019
- Point of Contact
- Terryl Mitchell, Phone: 760-939-1998, Faith L LaGore, Phone: (760) 939-0852
- E-Mail Address
-
terryl.mitchell@navy.mil, faith.lagore@navy.mil
(terryl.mitchell@navy.mil, faith.lagore@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- The Naval Air Warfare Center Weapons Division, China Lake, CA intends to procure on an other than full and open competition basis for 1 JOB Repair ASC Sensor in accordance with FAR Part 12 and 13. This requirement is a sole source to: Advanced Scientific Concepts (ASC) LLC, 135 East Ortega Street, Santa Barbara, CA 93101 due to direct replacement of the128 x 128 Flash LIDAR sensor in the NAVAIR TigerCub LIDAR camera only ASC provides a camera (Tiger Cub) that can capture the 3-D image at 20 times per second with 16,384 detectors. Other contractors have begun to understand the value of a staring system, but no one produces a competitive product at this time. It should be made clear that there are a number of 2-D LADARS that can image targets, but do not actually extract range for every pixel on the target. The current camera (Tiger Cub) was produced by ASC using their proprietary Focal Plane Array (FPA). Since no other company can produce this large (128x128) a staring array, there is no way a substitute array could be retrofitted into the Tiger Cub camera. In addition the Tiger Cub has a unique interface to the FPA which would not be compatible with other smaller staring arrays. This is not a notice of intent for request for competitive proposals; however request for competitive proposals; however, any firm believing it can fulfill the requirement may submit a written response to be received at the Contracting Office no later than 5 days after the date of publication of this notice, which shall be considered by the agency. The written response shall reference solicitation number N6893618Q0088 and provide a capability statement that clearly indicates the firm's experience, assets, background, and ability to perform the required work without compromising the quality, accuracy, reliability, and schedule. All responsible sources may submit a quotation which shall be considered by the agency. Written response shall be submitted by e-mail to terryl.mitchell@mavy.mill or mailed to NAWCWPNS, Code 254620D, Attn: Terryl Mitchell, 429 East Bowen Road, Mail Stop 4015, and China Lake, CA 93555-6108. Electronic delivery of quotation is preferred. If you provide a quote via any other method provide us with the date package was sent, commercial carrier, and tracking number so I can lookout for package. All responsible sources must be registered in the System for Award Management (SAM) database at the following website: https://www.sam.gov/portal/public/SAM/. Contractors must be certified through Defense Logistics Information Services (DLIS) in order to access Controlled Unclassified Information within FBO. See the DLIS website for registration details: https://public.logisticsinformationservice.dla.mil/jcp/search.aspx
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/cd6cc28d4d037281f7101dff86563294)
- Record
- SN04824894-W 20180217/180215231850-cd6cc28d4d037281f7101dff86563294 (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 |