Skip to main content

An official website of the United States government

You have 2 new alerts

REDESIGN AND PRODUCTION OF THE AN/SLA-10D PRE-TRIGGER CONVERTER AND BLANKING UNIT, VIDEO MIXER MX-10042BSLA-10D, CONTROL INDICATOR C-10569B/SLA10D, INCLUDING SPARES AND REPAIRS, FOR THE SURFACE ELECTRONIC WARFARE IMPROVEMENT PROGRAM (SEWIP) AN/SLQ-32(V) 6

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Presolicitation (Updated)
  • Updated Published Date: Apr 07, 2023 10:17 am EDT
  • Original Published Date: Jan 30, 2023 02:32 pm EST
  • Updated Response Date: May 09, 2023 03:00 pm EDT
  • Original Response Date: Apr 20, 2023 03:00 pm EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Jun 23, 2023
  • Original Inactive Date: Jun 04, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 5865 - ELECTRONIC COUNTERMEASURES, COUNTER-COUNTERMEASURES AND QUICK REACTION CAPABILITY EQUIPMENT
  • NAICS Code:
    • 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
  • Place of Performance:

Description

N00164-23-R-WM36 – REDESIGN AND PRODUCTION OF THE AN/SLA-10D PRE-TRIGGER CONVERTER AND BLANKING UNIT, VIDEO MIXER MX-10042BSLA-10D, CONTROL INDICATOR C-10569B/SLA10D, INCLUDING SPARES AND REPAIRS, FOR THE SURFACE ELECTRONIC WARFARE IMPROVEMENT PROGRAM (SEWIP) AN/SLQ-32(V) 6 SYSTEM FSC 5865—NAICS 334511

Anticipated Issue Date: 3 MARCH 2023 – Closing Date: 20 APRIL 2023 – 3:00 PM EST

Naval Surface Warfare Center (NSWC) Crane Division has a requirement for the redesign of the AN/SLA-10D blanker-video mixer MX-10042B/SLA-10D and the control-indicator C-10569B/SLA-10D in accordance with Performance Specification NSC-Q32-WXM-2011-002 Rev B and Statement of Work (SOW) for the SEWIP AN/SLQ-32(V) 6 system. The requirement includes production of, shop replaceable assemblies for and repairs of the pretrigger converter and blanking unit (PCAB).

Shop replaceable assemblies include: power supply, display, computer, keypad, I/O-1, I/O-2, field programmable gate array and the main printed circuit board assemblies. The requirement is build to print per the Government owned technical package of which, some PCAB parts have become obsolete resulting in the requirement of the redesign.

The Performance Specification, drawings and other documents contain information that is export controlled and are under the constraints of Distribution Statement D. Distribution is authorized to DoD and DoD contractors only. Contractors must be properly registered in the System for Award Management (SAM) in order to receive the solicitation attachments.

The Navy intends to award a firm fixed priced, indefinite delivery indefinite quantity (IDIQ) contract with a five-year ordering period. Anticipated IDIQ quantities are a minimum of One (1) first article of the redesigned PCAB unit and a maximum of 130 production units, over the life of the contract. Unit of issue is each.

First article testing and approval will be required. Inspection and acceptance will performed by a Government representative at FOB destination (Crane, IN 47522). FOB destination delivery will be 180 days after receipt of the delivery order. The PCAB and its SRAs are subject to FAR 52.225-5, World Trade Organization Government Procurement Agreement and Free Trade Agreements.

The Navy intends to solicit this contract as a small business set-aside IAW FAR 19.502. The solicitation will be made available posted on sam.gov via the Procurement Integrated Enterprise Environment (PIEE). All changes that that occur to this action prior to the closing date will be posted to Contract Opportunities on https:/sam.gov/ via the PIEE solicitation Module. For within scope changes made after the closing date, only those offerors that provided a proposal will be provided any change/amendment and considered for future discussion and /or award.

Contractors must be properly registered in the System for Award Management (SAM) and the Joint Certification Program (JCP) in order to receive the controlled attachments. Offerors may obtain information on SAM registration and annual confirmation requirement by calling 1-866-
606-8220 for via the internet at https://www.sam.gov. Information about the JCP is located at
https://public.logidsticsinformationservice.dla.mil/PublicHome/jcp/default.aspx. The controlled
attachment will be posted at the same time the solicitation is posted.

Questions or inquiries should be directed to Ms. Lynn Masterson-Brinegar, code 0243,
telephone 812-381-7224, email: lynn.masterson-brine@navy.mil. Reference the above
solicitation number when responding to this notice.

The solicitation, all amendments and associated controlled documents will be posted on
Procurement Integrated Enterprise Environment (PIEE formerly known as WAWF) Solicitation
Module at https://piee.eb.mil. The solicitation notice will flow to SAM.gov, but the actual
posting will be in PIEE. The proposal shall also be submitted through the Solicitation Module in
PIEE.

Information regarding how to set up a vendor registration is included in this link: DoD
Procurement Toolbox https://dodprocurementtoolbox.com/site-pages/solicitation-module.
Choose Vendor Access Instructions.

Further training is available at this link:
https://pieetraining.eb.mil/wbt/xhtml/wbt/sol/index.xhtml.

AMENDMENT 0001:

This amendment is being issued to provide industry a copy of the draft solicitation and draft technical data package. The draft Contract Data Requirements (CDRL) package is provided. Further additions/updates are anticipated prior to the Request for Proposal release. This amendment is also updating the anticipated issue date.

AMENDMENT 0002:

Amendment 0002 – This amendment is being issued to provide clarity for the draft solicitation that was added via synopsis amendment 0001, on Monday 13 March 2023. The draft solicitation was provided with the CDRL package and the specification, only. Amendment 0002 is also being issued to add the technical drawing package.  Additional updates and the full Technical Drawing Package will be provided at the time this effort is officially solicited on or around 9 May 2023.

AMENDMENT 0003:

This amendment is being issued to provide clarity for the posted technical data package posted with Amendment 0002. The schematics are currently posted in the TDP via Amendment 0002. The schematic documents titles start with SD. This amendment is adding the Software and Firmware documents.

Contact Information

Contracting Office Address

  • WARFARE CENTER 300 HIGHWAY 361
  • CRANE , IN 47522-5001
  • USA

Primary Point of Contact

Secondary Point of Contact





History