SOLICITATION NOTICE
59 -- SOLE SOURCE TO CURTISS WRIGHT CONTROLS INC.- NOUN: POWER AMP, ASSY; NSN: 5996-01-560-8971; PN: 12900638-2
- Notice Date
- 1/6/2009
- Notice Type
- Presolicitation
- Contracting Office
- Department of the Army, U. S. Army Materiel Command, U.S. Army TACOM Life Cycle Management Command - Rock Island, TACOM - Rock Island, ATTN: AMSTA-AQ-AR, Rock Island Arsenal, Rock Island, IL 61299-7630
- ZIP Code
- 61299-7630
- Solicitation Number
- W52H0908T0531
- Response Due
- 1/29/2009
- Archive Date
- 3/30/2009
- Point of Contact
- James Miller, 309-782-8737<br />
- Small Business Set-Aside
- N/A
- Description
- This procurement will result in a Firm Fixed Price (FFP) purchase order with Curtiss Wright Controls to assemble 25 each, POWER AMPLIFIER ASSY; NSN:5996-01-560-8971, PN: 12900638-2. These parts are unique to the Bradley Fighting Vehicle System (BFVS) A3, these power amplifiers are used in the Turret Drive Control Unit (TDCU). This effort will be synopsized in FEDBIZOPS in accordance with FAR 5.201 alerting contractors of this requirement and the intent of the Government to immediately proceed with this instant procurement. This requirement is restricted to Curtiss Wright Controls, CAGE: 1XVU0, as authorized by FAR 6.302-1, only One Responsible Source, Offers from concerns other than Curtiss Wright Controls are not solicited for this immediate requirement. Currently, the Government does own a TDP for this item; however Curtiss Wright Controls Inc. is the only qualified manufacturer of these A18 CCAs and that can assemble them into a power amplifier assembly and then has the required Automated Test Equipment (ATE) to test these power amplifier assemblies at the TDCU performance level. The ATE for this item must emulate all functions of the digital hardware and software used on the Turret Drive Control Unit in the A3 Bradley Fighting Vehicle. Any interested vendor other than Curtiss Wright Controls would have to make a substantial initial investment in tooling, test equipment, and time to develop the approved, proper automated test equipment. It is completely unlikely that any new vendors would be able to successfully complete this effort in a cost effective manner and within the required delivery schedule set by the Government. The required delivery date for these items is no more than 142days after receipt of award. THIS NOTICE IS PUBLISHED FOR SUBCONTRACTING PURPOSES ONLY. However, any proposals received from responsible sources by close of business (15 days after posting date) will be evaluated. FOB is Origin. This solicitation will be issued electronically in accordance with FAR 4.501 and 5.102, therefore hard copies will not be provided. Vendors wishing an electronic copy may download it on or after the issue date by accessing the following address via the internet: https://aais.ria.army.mil/AAIS/Solinfo/index.htm. CAUTION: This solicitation will be issued electronically as will any amendments thereto. Because of this, the Government is under no obligation and is in fact unable to maintain a bidders mailing list. It is therefore incumbent upon any interested parties to periodically access the above internet address in order to obtain, note 22 applies.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c264cad6c9f2e4fd892d3581d3f8d9d3&tab=core&_cview=1)
- Place of Performance
- Address: TACOM - Rock Island ATTN: AMSTA-AQ-AR, Rock Island Arsenal Rock Island IL<br />
- Zip Code: 61299-7630<br />
- Zip Code: 61299-7630<br />
- Record
- SN01727548-W 20090108/090106220550-c264cad6c9f2e4fd892d3581d3f8d9d3 (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 |