Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 09, 2007 FBO #2082
SOLICITATION NOTICE

59 -- New Fabrication and Depot Repair Services of Traveling Wave Tube (TWT), NSN: 5960-01-089-3554, P/N: SM-D-800074-1 and NSN: 5960-01-323-6432, P/N: SM-D-800074-2, in support of the AN/TPQ-36(V) Firefinder Radar System

Notice Date
8/7/2007
 
Notice Type
Solicitation Notice
 
NAICS
334411 — Electron Tube 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
W15P7T07RM004
 
Response Due
8/22/2007
 
Archive Date
10/21/2007
 
Small Business Set-Aside
N/A
 
Description
The United States Army Communications - Electronics Life Cycle Management Command (C-E LCMC) intends to solicit and award a Five Year Firm-Fixed Price, Indefinite Delivery Indefinite Quantity type contract for the acquisition of new fabrication and d epot level repair services for two types of Traveling Wave Tube (TWT): NSN 5960-01-089-3554, Part No. SM-D-800074-1 and NSN 5960-01-323-6432, Part No. SM-D-800074-2, in accordance with the Governments Performance-Based Statement of Work (SOW). Both spare s are part of the Firefinder Radar System, AN/TPQ-36(V). They function as critical devices in the Antenna Transceiver Group. The Firefinder Radar System is a mobile, phased array radar system that automatically locates hostile mortar and artillery projec tiles. The system is composed of an Operations Control Group or Shelter, an Antenna Transceiver Group and Power Group. The AN/TPQ-36(V) Radar System provides force protection. This is a request for proposals (RFP), and the assigned solicitation number a ssigned is W15P7T-07-R-M004. The anticipated posting date for the solicitation is 23 August 2007. The anticipated closing date is 23 September 2007. Government data includes a Source Control Drawing with performance specification for these items. Speci fic performance requirements are defined in the Government drawings and specifications that will be identified in the solicitation. The drawings will be provided at time of solicitation and are also available upon request prior to the release of the solic itation. The solicitation will include First Article Testing (FAT) Requirements. Currently approved sources of supply for these items may have FAT waived. The delivery schedule is 240 DARO for new fabrication; 210 DTAT for major repairs and major circui t replacement; 90 DTAT for minor repairs; and 30 DTAT for test and evaluation. Military packaging is required per SOW using SPI AG00000475E. Shipments are to be FOB destination with Inspection/Acceptance at Contractor Facility. Destination will be XR De fense Dist Depot Tobyhanna, W25G1W, Transportation Officer, Bldg 1C, Bay 6 REC, Tobyhanna, PA 18466-5059. Award will be made to the offeror whose proposal is evaluated as the best value to the Government with consideration given to Technical, Performance Risk, Small Business Participation, and Price. The anticipated contract ceiling is approximately $24M. The guaranteed minimum amount that will be placed on the first delivery order is $500,000. The Government may contemplate the award of separate contra cts for each discrete TWT effort. The US Army C-E LCMC has established the Interactive Business Opportunities Page (IBOP) website as part of the Armys Single Face to Industry, to allow electronic transmittal of Request for Proposals (RFPs), Request for Quotations (RFQs), and Invitations f or Bids (IFBs) from C-E LCMC to Industry. All parties interested in doing business with C-E LCMC should register with the IBOP by calling the IBOP Help Desk at 732-532-1840 OR 732-532-5246 or by visiting the IBOP website at https://abop.monmouth.army.mil and registering under User Registration under Support Services. Offerors submitting proposals shall follow the instructions, which are stated in the solicitation, which describe the time, place and date that the proposals shall be received. Any proposals that are received will be evaluated. See Numbered Notes 9 and 26. POCs: Kimberly Lyall/Celeste Osenenko, Phone: 732-427-1460/732-427-1426, Email: Kimberly.Lyall@us.army.mil/Celeste.M.Osenenko@conus.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
SN01364733-W 20070809/070807222015 (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 |
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.