SOLICITATION NOTICE
58 -- 58AN/VVS-2(V), Drivers Night Vision Viewer
- Notice Date
- 5/12/2005
- Notice Type
- Solicitation Notice
- Contracting Office
- US Army Communications-Electronics Command, CECOM Acquisition Center - DAAB07, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
- ZIP Code
- 07703-5008
- Solicitation Number
- MARKET-SURVEY-2044
- Response Due
- 6/12/2005
- Archive Date
- 8/11/2005
- Small Business Set-Aside
- N/A
- Description
- CONTACT Point of Contact Susan Weir, 732-427-5722. AN/VVS-2(V), Drivers Night Vision Viewer. This is a resubmittal of the announcement that was posted in March 2004 for the same items. This is a market survey to locate potential sources of suppl y for each of the four versions of the AN/VVS-2, Drivers Night Vision Viewer. The required versions are as follows: AN/VVS-2(V)1A 5855-01-096-0871 MIL-PRF-49082 SM-D-771480-1 AN/VVS-2(V)2A 5855-01-096-0872 MIL-PRF-49082 SM-D-771480-2 AN/VVS-2(V)3 5855-01-105-7793 MIL-PRF-49082 SM-D-771480-3AN/VVS-2(V)4 5855-01-235-5489 MIL-PRF-49082 5005820 The government intends to purchase these systems over a five-year period. The government estimates the five year quantities will be 1000 of each AN/VVS-2(V) version. The AN/VVS-2 drivers viewer enables a closed-hatch vehicle to be driven during nighttim e conditions without active illumination. The drivers viewer is a through-the-hull/hatch night periscope for armored vehicles. Any interested sources, must send the following information, NLT 09 April 04, to CECOM IEW/S Directorate, ATTN: AMSEL-LC-IEW-N -II (Susan Weir), Bldg. 1201, Ft. Monmouth, NJ 07703 or an email to susan.weir@us.army.mil: The contractor must identify his source for the Tube and Magnifier Assembly (Gen II). The contractor shall cite the U.S. Government security level that they currently hold. A Secret Clearance will be required to manufacture these items. Identification of the contractor as a Large or a Small Business. If a Small Business, please identify as an 8(a), HUBZone, Disadvantaged, Women-Owned, or non-disadvantaged. Past Performance for these or similar items. The contractor shall submit their pa rt numbers, NSNs, or nomenclature and the date of the last manufacturing effort of the same or similar items for which they have production experience. Government contract numbers, if applicable, shall be provided. The contractor shall cite the quality standard (either Government or Industry) that shall be in place for this effort. The contractor must provide information to show that he possesses, or shall possess, adequate production plant facilities (equipment, too ling, and space) to enable him, or his subcontractors, to produce this item. All technical questions should be addressed to Susan Weir, (732) 427-5722, email address susan.weir@us.army.mil.
- Place of Performance
- Address: US Army Communications-Electronics Command, CECOM Acquisition Center - DAAB07 ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
- Zip Code: 07703-5008
- Country: US
- Record
- SN00806129-W 20050514/050512212255 (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 |