SOLICITATION NOTICE
58 -- Modular Integrated Communication Headset (MICH) Maritime
- Notice Date
- 2/20/2008
- Notice Type
- Solicitation Notice
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- RDECOM Acquisition Center - Natick, ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
- ZIP Code
- 01760-5011
- Solicitation Number
- W911QY08MICHM
- Response Due
- 3/5/2008
- Archive Date
- 5/4/2008
- Point of Contact
- judy.a.collier, 508-233-4025
- E-Mail Address
-
Email your questions to RDECOM Acquisition Center - Natick
(judy.a.collier@natick.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The U.S. Army RDECOM-Natick Contracting Division, Kansas Street, Natick, MA on behalf of the United States Special Operations Command (USSOCOM) Program Manager- Special Operations Forces Survival Systems (PM-SSS), Natick, MA has a requirement for a c ommercially available (Commercial Off The Shelf) Modular Integrated Communication Headset (MICH) Maritime and accessories citing the Federal Acquisition Regulation (FAR) Part 13 Simplified Acquisition Procedures utilizing FAR Part 15 Contracting by Negoti ation . Maritime Communications headset suite consisting of high noise inner aural, high noise circum aural, and a low noise headset that is compatible with Special Operations Forces (SOF) radio platforms and mobility platforms. The complete suite must be 3 ft per 30 minutes diveable and the low noise headset in its as worn configuration must be 66 foot diveable for 3 hours. System should be compatible with SOF equipment, including helmets and weapons. Production Demonstration Models (PDMs) shall be provi ded with proposals. Salient Characteristics are to be provided at time of solicitation release. The government anticipates making multiple awards, but reserves the right to make one or no awards. This is a 100% set aside for Small Business. The NAICS code for these items is 334220, and the business size standard is 750 employees. This is not a request for proposals (RFP). The resultant contract will be a Firm-Fixed Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ) contract as a result of the Requ est for Proposals (RFP). The Government anticipates one five year ordering periods. The anticipated total minimum requirement is 30 sets with a maximum requirement of 30,000 sets total quantity. Comments relating to this synopsis should be submitted via e mail to Ms. Judy A. Collier, at judy.a.collier@us.army.mil, no later than March 5, 2008. The Government anticipates releasing the RFP on or about March 10, 2008.
- Web Link
-
Natick Contracting Division
(https://www3.natick.army.mil/)
- Place of Performance
- Address: RDECOM Acquisition Center - Natick ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street Natick MA
- Zip Code: 01760-5011
- Country: US
- Zip Code: 01760-5011
- Record
- SN01512814-W 20080222/080220225533 (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 |