Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 21, 2005 FBO #1364
SOLICITATION NOTICE

58 -- Mount Assembly; p/o AN/VVS-2(V)3

Notice Date
8/19/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army C-E LCMC Acquisition Center - DAAB07, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
 
ZIP Code
07703-5008
 
Solicitation Number
MARKET-SURVEY-4060
 
Response Due
9/9/2005
 
Archive Date
11/8/2005
 
Small Business Set-Aside
N/A
 
Description
CONTACT Point of Contact  Susan F. Weir; 732-427-5722. Mount Assembly; p/o AN/VVS-2(V)3. This is a market survey to locate potential sources of supply for a Mount Assembly; p/o AN/VVS-2(V)3, NSN 5855-01-122-2915. The government will be buying this p art using the drawing SM-D-771473-3. The government intends to purchase this part using an indefinite quantity/indefinite delivery (IDIQ) contract over a five-year period. The government will guarantee a minimum quantity of 100 Mount Assemblies with an est imated contract quantity of 500 over the five-year period. The contractor shall be able to deliver 30 units/month. If First Article Testing is required, the contractor shall start deliveries 120 days after the order is placed. Without First Article Testin g, the contractor shall deliver 90 days after the order is placed. The AN/VVS-2 drivers viewer enables a closed-hatch vehicle to be driven during nighttime conditions without active illumination. The drivers viewer is a through-the-hull/hatch night per iscope for armored vehicles. Any interested sources must send the following information, NLT 9 Sept 05, to CECOM IEW/S Directorate, ATTN: AMSEL-LC-IEW-N-II (Susan F. Weir), Bldg. 1201, Ft. Monmouth, NJ 07703 or to susan.weir@us.army.mil. 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 this or similar items. The contractor shall submit their part 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. EMAIL ADDRESS: susan.weir@us.army.mil
 
Place of Performance
Address: US Army C-E LCMC Acquisition Center - DAAB07 ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
Zip Code: 07703-5008
Country: US
 
Record
SN00875032-W 20050821/050819212612 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.