Federal Bid

Last Updated on 13 Aug 2004 at 5 AM
Solicitation
Patuxent river Maryland

59 -- AN/SPN-35C System Upgrade

Solicitation ID N00421-04-R-0112
Posted Date 13 Jul 2004 at 5 AM
Archive Date 13 Aug 2004 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Patuxent river Maryland United states 20670
The Naval Air Systems Command (NAVAIR), Code 4.5.8 at St. Inigoes, MD has a requirement for the procurement of purchase of a AN/SPN-35C system upgrade to include CPI Transmitters P/N VZX-3465-04, CPI TR Limiters P/N VDX 1693A and Maintenance Assist Modules (MAMs) for the Aircraft Control Approach Central AN/SPN-35C Radar Set. The AN/SPN-35C is an upgrade for reliability and maintainability that will be a functional replacement for the legacy AN/SPN-35B systems currently installed aboard LHA and LHD Class ships. The government intends to procure the Transmitters, P/N VZX-3465-04, TR Limiters, P/N VDX-1693A and Maintenance Assist Modules (MAMs) on a sole source basis from Communication and Power Industries (CPI), 150 Summer Street, Beverly, MA 01915 citing statutory authority permitting other than full and open competition title 10, U.S.C. 2304c (1) Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements, as implemented by FAR 6.302-1. CPI developed and fabricated the AN/SPN-35C Transmitter, TR Limiter and MAMs for the engineering development model (EDM) and the three low rate initial production (LRIP) AN/SPN-35C systems. CPI, the original equipment manufacturer (OEM), is the sole owner of the proprietary documentation, Level 3 drawings, and special tooling required to fabricate the AN/SPN-35C Transmitter, TR Limiter and MAMs for this complex system and therefore is the only company that can provide these components. The current system design has undergone and passed MIL-STD-901 Shock testing, MIL-STD-167 Vibration testing, MIL-STD-810 Temperature and Humidity testing, and MIL-STD-461 EMI testing. The contract type is Firm Fixed Price Indefinite Delivery/Indefinite Quantity. There will be a one year Base Ordering Period with an estimated ordering period tentatively beginning in 1 November 2004 through 31 October 2005 and four Option Ordering Periods each one year in duration. The minimum purchase quantity is two (2) systems each comprised of the CPI Transmitter P/N VZX-3465-04, CPI TR Limiter P/N VDX 1693A and Maintenance Assist Module (MAMs). The maximum purchase quantity is fifteen (15) systems each comprised of the CPI Transmitters P/N VZX-3465-04, CPI TR Limiter P/N VDX 1693A and Maintenance Assist Module (MAMs). This synopsis is for the basic contract and all subsequent delivery orders to be issued. This synopsis is for informational purposes only. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS; however, responsible interested parties may submit information in which they can identify interest and capability to respond to this requirement. Responses received by 3:30 PM EST on 20 July 2004 will be considered by the Government solely for the purpose of determining whether it will initiate a competitive procurement. The applicable NAICS code for this requirement is: 334511 with a size standard of 750 employees. The Government reserves the right to process the procurement on a sole source basis based upon the responses received. The Government will not pay for any information received. All responsible sources may submit a proposal which shall be considered by the agency. Note 22 applies. Any responses with respect to Note 22 or any other questions should be forwarded via EMAIL to : Theresa Newbold at : [email protected] or by telefax at (301) 995-8670.
Bid Protests Not Available

Similar Past Bids

Patuxent river Maryland 29 Nov 2016 at 5 PM
Patuxent river Maryland 20 May 2014 at 3 PM
Lakehurst New jersey 17 May 2018 at 6 PM
Saint inigoes Maryland 10 Feb 2004 at 5 AM
Saint inigoes Maryland 16 Dec 2004 at 5 AM

Similar Opportunities