SOLICITATION NOTICE
59 -- Sources Sought Announcement (SSA) for National Stock Numbers (NSN) 6695-01-316-2741: TR-322B/A Air Data Transducer, 6695-01-316-2740: TR-323A/A Airspeed Transducer, and NSN 5821-01-186-8803
- Notice Date
- 4/29/2009
- Notice Type
- Presolicitation
- Contracting Office
- Department of the Army, U. S. Army Materiel Command, US Army C-E LCMC Acquisition Center - DAAB07, 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-4528-1
- Response Due
- 5/14/2009
- Archive Date
- 7/13/2009
- Point of Contact
- Andreas Deverikos, 732-532-5071<br />
- Small Business Set-Aside
- N/A
- Description
- No telephone responses will be accepted, only responses in writing will be considered. This information can be emailed to the Governments points of contact as follows: Norman Karp at Norman.Karp@us.army.mil and Man Moy at Man.Moy@us.army.mil. This SSA is to identify additional sources that can provide the NSNs 6695-01-316-2741, manufacturers part number (P/N) 542AY8, NSN 6695-01-316-2740, P/N 1221H5, and NSN 6821-01-186-8803, P/N 542BT1 which are pressure transducers for the Army UH-60A/L Black Hawk and OH-58D Kiowa helicopters. Currently, the only known source is Goodrich Sensors and Integrated Systems, formerly Rosemont Aerospace Inc, CAGE 59885. The Government plans to award either a new five-year Indefinite Delivery Indefinite Quantity contract or extend the current Contract W15P7T06DF803 to meet its requirements for this item. The estimated annual quantity of items to be acquired is approximately 75 units for -7640, 75 units for -7641, and 20 units for -8803. Any sources interested must be able to demonstrate that they can provide form, fit, and function replacements to the current items. The Army does not possess detailed technical data for the manufacture or acceptance of these items. Additionally, sources must obtain an Airworthiness Release (AWR). An AWR typically involves environmental, electromagnetic interference, and flight testing. Interested sources must provide information to verify that their items have obtained the required AWR from the U.S. Army Aviation and Missile Command, or details of when an AWR will be received. Additionally, provide information on your production lead time, as well as the status of your production line. If you do not have an operational production line provide information on how long it would take to establish an operational production line. Sources capable of providing the required items are required to provide their written input to the U.S. Army CECOM LCMC, ATTN: AMSEL-LC-CCS-N-AA, Building 1200E, Fort Monmouth, NJ 07703-5000. This SSA does not obligate the Government to award a contract. No telephone responses will be accepted, only responses in writing will be considered. This information can be emailed to the Governments points of contact as follows: Norman Karp at Norman.Karp@us.army.mil and Man Moy at Man.Moy@us.army.mil. This SSA is for informational purposes only and is not a Request for Proposals. The deadline for response to this notice is 14 May 2009.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=966cd32f84a9ea79166a6e092658de9e&tab=core&_cview=1)
- Place of Performance
- Address: US Army C-E LCMC Acquisition Center - DAAB07 ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ<br />
- Zip Code: 07703-5008<br />
- Zip Code: 07703-5008<br />
- Record
- SN01805323-W 20090501/090429223400-966cd32f84a9ea79166a6e092658de9e (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 |