SOLICITATION NOTICE
59 -- Sources Sought for Procurement & Repair of Traveling Wave Tubes (TWTs) for AN/TPQ-37(V) FIREFINDER Systems
- Notice Date
- 9/27/2006
- 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-2210
- Response Due
- 10/12/2006
- Archive Date
- 12/11/2006
- Small Business Set-Aside
- N/A
- Description
- CONTACT Mr. Christopher Lukeman, Logistician, 732-427-5298 or Ms. Nicole Cantave, Electronics Engineer or Mr. Philip Mercurio, Branch Chief, (732) 532-9562.This is a Market Survey to identify additional sources for procurement, overhaul and repair of FIREFINDER AN/TPQ-37(V) Traveling Wave Tubes (TWTs) on a five (5) year Indefinite Quantity Indefinite Delivery (IDIQ) contract performance period. The items are identified under respective NSNs, P/Ns and FSCMs respectively: 5960-01-270-3938/VTR-5720, FSCM : 9913; 5960-01-270-3938, 390567-2, FSCM: 05869; 5960-01-386-2786, 390567, FSCM: 5869; 5960-01-076-9930, 1743H, FSCM: 73293. Detailed technical data and test/repair documentation will not be supplied by the Army as they are not available. First Order plac ed with contract award will be the guaranteed contract quantity which has yet to be determined. Interested suppliers capable of successfully supplying the items and associated support services must so indicate, by writing to U.S. Army Communications-Electr onics Life Cycle Management Command, LRC IEW Directorate, ATTN: AMSEL-LC-IEW-C-CF, Building 1201E, Ft. Monmouth, NJ 07703-5015, ATTN: Mr. Philip Mercurio and/or Mr. Christopher Lukeman. Responses must include the following at a minimum: (1) Documentation such as validated acceptance test procedures, test results, test/repair procedures, copy of purchase order(s) if the supplier was a vendor/subcontractor to the listed source or a statement from listed source demonstrating that the supplier can, in fact, su ccessfully provide this service.(2) Past Performance for identified item or similar items specifying part number, NSN, or nomenclature, last manufacturing/production date, in addition to Government contract numbers, if applicable.(3) Specify the quality st andard (either Government or Industry) that shall be in place for this effort.(4)?????? Supporting data to show availability of adequate production plant facilities (equipment, tooling, and space) to enable interested source, or its subcontractors, to prod uce and repair this item and warrant that it will satisfactorily perform in compliance with the purpose intended when used by the Army upon return to serviceability.(5)Specify U.S. Government security level currently held. (6) Identification of current status as a Large or a Small Business. Small Business must specify either one of the following:? 8(a), HUB Zone, Disadvantaged, Women-Owned, or non-disadvantaged.For more information contact Ms. Nicole Cantave or Mr. Philip Mercur io, (732) 532-9562 or Mr. Christopher Lukeman, 732-427-5298. The deadline for response is October 12, 2006.EMAIL ADDRESS: nicole.cantave@us.army.mil or christopher.lukeman@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
- SN01156034-W 20060929/060927220918 (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 |