Federal Bid

Last Updated on 14 Dec 2007 at 5 AM
Solicitation
Lakehurst New jersey

58 -- Stabilized Glide Slope Indicator System (SGSI)

Solicitation ID N68335-08-R-0027
Posted Date 05 Nov 2007 at 5 AM
Archive Date 14 Dec 2007 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Not Specified
Agency Department Of Defense
Location Lakehurst New jersey United states 08733
The Naval Air Warfare Center Aircraft Division, Lakehurst, NJ intends to procure a Stabilized Glide Slope Indicator System (SGSI) in support of PMS 500s DDG 1000 Program. The tasks cover design, fabrication, testing and delivery of the production representative model, as well as support for integration, installation and checkout. Upon successful completion of developmental test, integration test and first article test the Government may exercise contract options for production and fielding of two systems and spares. A competitive 100% Small Business Set Aside is anticipated. The SGSI program objective is the acquisition and initial support of a stabilized optical landing aid which the pilot uses to visually establish and maintain the proper glide slope for a safe approach and landing aboard DDG 1000 class ships. SGSI is an optical device that projects colored beams of light from a ship to approaching aircraft for the purpose of providing the ideal approach glide/slope. The SGSI contract is a portion of the next generation suite of Visual Landing Aids which will be incorporated into the DDG 1000. A Request for Proposal (RFP) will be issued to the companies that respond to the FedBizOpps synopsis, as well as those companies on the solicitation mailing list. Because the specifications and drawings are subject to Export Control Laws, the companies are required to register with the United States/Canada Joint Certification Office through the Defense Logistics Information Service (DLIS), and provide a copy of their executed DD Form 2345 to the contracting office before a copy of the solicitation package is mailed. It is mandatory to register with the Central Contractor Registration (CCR) Database. The CCR provides the DUNS (Data Universal Numbering System + 4 number) number and a companys CAGE (Commercial and Government Entity) code that will be required to conduct business with the Department of Defense. Award will be based on a determination of Best Value, which may require discussions with the offerors. The evaluation factors will be Technical, Experience, Past Performance, and Price. Copies of DD Form 2345 and request for copies of the solicitation shall be forwarded to Mr. David Andreoli, 732-323-5208, [email protected], fax # 732-323-7440.
Bid Protests Not Available

Similar Past Bids

David Kentucky 12 May 2008 at 6 PM
David Kentucky 12 May 2008 at 6 PM
Location Unknown 04 Feb 2022 at 5 AM
Location Unknown 10 Jun 2022 at 4 AM

Similar Opportunities

Location Unknown 14 Jul 2025 at 4 AM
Azalea Oregon 06 Sep 2026 at 4 AM (estimated)
Long beach California 15 Jul 2025 at 5 PM