Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 15, 2007 FBO #2180
SOLICITATION NOTICE

58 -- 58 TS-4348/UV Test Set

Notice Date
11/13/2007
 
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-4074-1
 
Response Due
12/5/2007
 
Archive Date
2/3/2008
 
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 TS-4348/UV Test Set; NSN 6625-01-323-9584, p/n A3139775 and specification A3313438. Note that a variety of electrical, environmental and reliability tests will be required for the test set production effort. The test set is a hand-held, battery powered unit for field testing Night Vision Devices. It is used by field personnel to check the optical performance at both low and high light levels to determine the operational readiness of a Night Vision Device. An individual TS-4348/UV consists of a: test set (module assembly) with resilient goggles adapter and mating lens cap; operators manual; package of lens paper; soft carrying case; drivers-viewer adapter; weapon-sight (set connector) adapter; storage and shipping (optical instrument) case that stows the above items and a 9 Vdc commercial battery. Note: The 9 Vdc commercial battery and AN/PVS-10 adapter are not being purchased and shall not be included with TS-4348/UV. Four test modes, each associated with a prescribed light level, shall be provided by TS-4348/UV. The four test modes shall be activated by two separate electrical switches. Two positions of one switch shall respectively activate Generation II and Generat ion III conditions, and two positions of the second switch shall respectively activate High Light Level and Low Light Level conditions. The four test modes shall be represented by the following switch-position combinations (in abbreviated format): II/HIG H, II/LOW, III/HIGH and III/LOW. Additionally, the Generation II/III switch shall have a third position that is used to power-down the TS-4348/UV. The government intends to purchase this part using an indefinite quantity/indefinite delivery (IDIQ) contract. The government will guarantee a minimum quantity of approximately 2,000 ea, with an estimated contract quantity of 20,000. The contractor shal l be able to deliver 500 units/month. If First Article Testing is required, the contractor shall start deliveries 300 days after the order is placed. Without First Article Testing, the contractor shall deliver 240 days after the order is placed. Any interested sources must send the following information, NLT 05 Dec 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
SN01451221-W 20071115/071113223833 (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.