SOLICITATION NOTICE
58 -- SYNOPSIS AND REQUEST FOR INFORMATION
- Notice Date
- 3/19/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- N00164 300 Highway 361, Building 64 Crane, IN
- ZIP Code
- 00000
- Solicitation Number
- N0016403R8513
- Archive Date
- 5/2/2003
- Point of Contact
- Susan Barker 812-854-2022
- E-Mail Address
-
Email your questions to point of contact
(barkersm@crane.navy.mil)
- Description
- NAVSURFWARCEN Crane Division is requesting MARKET SURVEY information relative to Litton Systems, Inc. Laser Transmitter P/N 68701000-9 IAW SOW and Raytheon drawing 4974135 ; Failure Analysis, and Repair. The Original Equipment Manufacturer is Litton Systems, Inc DBA Laser Systems, Laser Systems Div 2787S Orange Blossom Trail, P. O. Box 547300, Orlando FL 32854. The Government intends to Purchase a Minimum quantity of 1 and maximum quantity of 30 of P/N 68701000-9; a minimum quantity of 0 and maximum quantity of 170 Failure Analysis and Repair. It is planned to issue an IDIQ contract with an ordering period of 5 years. Required Delivery of purchased quantity is 90 days after Delivery Order. This will be procured under Only One Responsible Source due to substitution of equipment would violate warranty and there are no other known sources. Delivery FOB Destination- Acceptance at Origin is desired. The primary purpose of this market survey is to obtain comments and questions on the associated drawings, if applicable; to establish if the items being procured are considered to be commercial off-the-shelf (COTS) non-developmental item, modified commercial items or non-commercial items; and to determine what terms and conditions are considered standard to industry. The Government intends to award a five-year IDIQ contract with minimum and maximum quantities. Written comments and questions are requested to be submitted as part of this Market Survey in the format specified below. The SOW (to be provided at a later date) may provide for the manufacture of spares, Contractor Acceptance Testing, Failure Analysis, and Repair, Failure Analysis Reporting, GFP Repair Status Report IAW CDRLS, and contractor?s standard warranty for new spares ordered. Offeror is invited to submit written information in response to this synopsis request for information including the following: A synopsis of total system capability and system technical information; ROM unit pricing for quantity between range of 1 and 30 and any government discounts available Product Literature or Drawings; Maximum Rate of production per month; Production Lead Time for initial delivery and quantity for initial delivery; Proposed Delivery Schedule per month expressed in terms of days after delivery order award; Term of Standard Warranty Available at no additional cost to the Government; In-House Supportability / In-House capability for contractor Logistics Support; if available Mean Time Between Failures (MTBF); if available Information on training to be provided; if applicable; A summary of any relevant testing vendor has completed (i.e. subm ersion, shock, etc.) and what platforms were used; if any; Comments / questions / clarifications on this RFI, and drawings, if applicable. Information regarding the Commerciality of the items, services and data to be procured (i.e. if the items are considered by vendor to be COTS or modified commercial items or non-commercial items); Any other terms and conditions not mentioned standard to the industry Define in detail Best Commercial Practice for packaging, which will be utilized by your company. If you are an interested potential sources should respond, in writing, to the above request via e-mail to barkersm@crane.navy.mil NLT 4:00 p.m. 2 April 2003. Responses should include information to address the requirements listed above. Information submitted will not be returned to the source. This notice is a synopsis, does not constitute a Request for Proposal (R FP) and it is not a commitment by the U.S. Navy to procure subject equipment.
- Web Link
-
to download synopsis
(http://www.crane.navy.mil/supply/synop/03R8513.htm)
- Record
- SN00283138-W 20030321/030319222513 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |