SOLICITATION NOTICE
16 -- Production and repair/return of the Stormscope systems.
- Notice Date
- 8/17/2006
- Notice Type
- Solicitation Notice
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- 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
- W15P7T-06-R-F819
- Response Due
- 9/15/2006
- Archive Date
- 11/14/2006
- Small Business Set-Aside
- N/A
- Description
- The United States Army Communications Electronics Life Cycle Management Command (C-E LCMC) intends to award a Firm-Fixed-Price (FFP), 5 year Indefinite Delivery Indefinite Quantity (IDIQ) type contract for a production and repair of the Storm Scope S ystems. The three Stormscope Systems productions are WX-500 Processor NSN: 5841-01-536-9302 with a maximum order of 5,750 units over the life of the contract, WX-1000 Processor NSN: 5841-01-459-9517 with a maximum order of 2,500 units over the life of the contract, and WX-1000 Indicator NSN: 6660-01-328-1254 with a maximum order of 1,250 units over the life of the contract. Repairs for the WX-500 Processor, WX-1000 Processor and WX-1000 Indicator will also be repaired under this contract. The three Stormsco pe Systems repairs are for WX-500 Processor with a maximum order of 3,910 units over the life of the contract, WX-1000 Processor with a maximum order of 2,500 units over the life of the contract, and WX-1000 Indicator with a maximum order of 3,750 units ov er the life of the contract. The items are being procured as a sole source action as Only One Responsible Source to L-3 Communications Avionics Systems cage code 25583 in accordance with Federal Acquisition Regulations (FAR) part 6.302-1 and under authori ty 10 U.S.C. 2304(c)(1). The items under procurement are Commercial Items Off the Shelf in accordance with FAR part 12.1. The request for proposal number associated with this procurement is W15P7T-06-R-F819. Shipments are to be FOB destination with Inspect ion/Acceptance FOB Source. The items will be shipped to New Cumberland Facility, New Cumberland, PA. Items on the contract will be ordered by individual delivery orders. Each delivery order will set forth all requirements, delivery schedule, shipping instructions, and the applicable price. The U.S. Army C-E LCMC has established the IBOP website as part o f the ASFI, to allow electronic transmittal of solicitations and proposals. All parties interested in doing business with C-E LCMC are invited to access and operate the ASFI in order to send and receive information. You may access potential C-E LCMC Busi ness Opportunities by selecting C-E LCMC -FISCAL YEAR from the drop down menu under the heading ARMY PRE-AWARD and click GO. Registration for a User ID and Password is available under USER SERVICES, USER REGISTRATION, in the center of the screen. All bids must be posted to the IBOP. The solicitation will be posted on or about 31 August 2006 on the IBOP. Please refer to the solicitation for additional details. The POC is Brian Solano, and can be contacted at Brian.Solano@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
- Zip Code: 07703-5008
- Record
- SN01118353-W 20060819/060817221640 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |