Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 08, 2007 FBO #2173
SOLICITATION NOTICE

58 -- 58Eyepiece and Objective Assemblies for AN/PVS-7A Night Vision Goggles

Notice Date
11/6/2007
 
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-4068-1
 
Response Due
11/30/2007
 
Archive Date
1/29/2008
 
Point of Contact
Andrea Ferrell, 732-532-5585
 
E-Mail Address
Email your questions to US Army C-E LCMC Acquisition Center - DAAB07
(andrea.ferrell@conus.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a market survey to locate potential sources of supply for the Eyepiece Assembly (NSN: 5855-01-246-6876 and part number A3140770) and the Objective Lens Assembly (NSN: 5855-01-246-6803 and part number A3140850) for the AN/PVS-7A Night Vision G oggles. The government will be buying these parts using their respective drawings. Note that the drawing package is incomplete for these items. The government intends to purchase Objective Lens and Eyepiece Assemblies using an indefinite quantity/indefi nite delivery contract over a multi-year period with an estimated maximum contract quantity of 2,000 each over the contractual period. The contractor shall be able to deliver 200 units/month for both the Objective Lens Assembly for the Eyepiece Assembly. If First Article Testing is required, the contractor shall start deliveries 240 days after the order is placed. Without First Article Testing, the contractor shall deliver 180 days after the order is placed. The AN/PVS-7A provides improved night vision using available light from the night sky. The AN/PVS-7As enable the user to perform normal tasks such as reading, walking, driving, or surveillance during times of darkness. The Eyepiece Assembly and Objective Lens Assembly are two major subassemblies f or the AN/PVS-7A. Any interested sources must send the following information, NLT 30 Nov 07, to CECOM IEW/S Directorate, ATTN: AMSEL-LC-IEW-N-II (Susan Weir), Bldg. 1201, Ft. Monmouth, NJ 07703 or e-mail responses 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), HUB Zone, Disadvantaged, Women-Owned, or non-disadvantaged. " Past Performance for these or similar items. The contractor shall submit their part number, NSN, or nomenclature and the date of the last manufacturing effort of the same or similar items for which they have production experience. Government contract n umbers, 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, tooling, and space) to enable him, or his subcontractors, to produce this item. Also, the contractor shall provide info rmation on his production plan for these items, as the government can not provide a complete technical data package. 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
SN01447586-W 20071108/071106224058 (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.