SOLICITATION NOTICE
58 -- Market Survey for AM-6924/UA Post Amplifier-Control Driver
- Notice Date
- 1/4/2007
- 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-3005
- Response Due
- 2/2/2007
- Archive Date
- 4/3/2007
- Small Business Set-Aside
- N/A
- Description
- CONTACT Point of Contact: Martin Gille, 732-532-7495. AM-6924/UA Post Amplifier-Control Driver. THIS IS NOT A SOLICITATION. This is only an estimate and will not bind the contractor or the Government in any way or at any time into a contract with any of the specified terms below.This is a market survey to locate potential sources of supply for the AM-6924/UA Post Amplifier-Control Driver, NSN 5855-01-030-8597. The Post Amplifier is a component of a First Generation Forward Looking Infrared system tha t provides thermal imaging capabilities for combat personnel. The Government intends to purchase this part using an Indefinite Quantity Indefinite Delivery contract over a five-year period IAW Drawing SM-D-773900 and Military Specification MIL-PRF-49164C(C R). Since this is the only data owned by the Government, the contractor must be prepared on the basis of this data to deliver a Post Amplifier that meets performance requirements in cited legacy systems. The first year requirement will be 300 of this item. If First Article Testing is required, the Control Driver shall be provided, within 270 days after contract award, at a rate of 30 each; then at a rate of 40 each within 300 days after contract; then at a monthly rate of 50 each thereafter until completion . If FAT requirements are waived, the Control Driver shall be provided, within 150 days after contract award, at a rate of 30 each; then at a rate of 40 each within 180 days after contract, then at a monthly rate of 50 each thereafter until completion. If FAT is required, a FAT plan and FAT report must provided and approved by the Government prior to the manufacture and delivery of the Post Amplifier-Control Driver.The drawings will be posted on the Interactive Opportunities Web Page (IBOP). The document li sting all the changes needed on these drawings will be included in that package. The U.S. Army C-E LCMC has established the IBOP website as part of the Armys Single Face to Industry (ASFI), to allow electronic posting of Solicitations for Requests for Pro posals (RFPs) and Invitations for Bids (IFBs) from C-E LCMC to Industry. All parties who are interested in doing business with C-E LCMC are invited to access the drawings from the IBOP at https://abop.monmouth.army.mil. You may access potential C-E LCMC Bu siness Opportunities by simply selecting C-E LCMC Comm. Elec. Comm. Active, under the heading CECOM Market Research, Logon & View by Army Contracting Activity, and then click on GO. You can register for a User ID and Password under USER SERVICES, New User Registration, on the right side of the screen. It is crucial that any interested sources identify their interest and capability to respond to this requirement, by responding to this survey. Interested sources must send the following information, NLT 02 Feb 2007, to C-E LCMC IEW/S Directorate: ATTN: AMS EL-LC-IEW-N-TI (Martin Gille), Bldg. 1201, Ft. Monmouth, NJ 07703-5008. The contractor must provide a price estimate for hardware, drawing updates and first article testing in accordance with the range pricing above. The contractor shall also provide an estimate of his best delivery schedule. The contractor must provide infor mation to show that he possesses, or shall possess, adequate production plant facilities (equipment, tooling, and space) to enable him, or his subcontractors, to produce this item. Identification of the contractor as a Large or a Small Business. If a Smal l 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 part numbers, NSN, or nomenclature and the date of the last manufacturing effo rt 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.All technical questions should be addressed to Martin Gille (732) 532-7495, email address: martin.gille@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
- SN01205277-W 20070106/070104220701 (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 |