Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 06, 2010 FBO #2996
SOURCES SOUGHT

58 -- Installation Kits and Installation Kit Ancillary Items

Notice Date
2/4/2010
 
Notice Type
Sources Sought
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
CECOM Contracting Center (CECOM-CC), ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
 
ZIP Code
07703-5008
 
Solicitation Number
W15P7T-10-R-G611
 
Response Due
2/19/2010
 
Archive Date
4/20/2010
 
Point of Contact
Lisa Martikes, 7324271597
 
E-Mail Address
CECOM Contracting Center (CECOM-CC)
(lisa.martikes@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Installation Kits and Installation Kit Ancillary Items THIS IS NOT A SOLICITATION. THIS IS ONLY AN ESTIMATE AND WILL NOT BIND THE CONTRACTOR OR THE GOVERNMENT IN ANY WAY OR AT ANY TIME INTO A CONTRACT WITH ANY OF THE SPECIFIED TERMS BELOW. MARKET SURVEY Solicitation Number W15P7T-10-R-G611 Market Survey for various Installation Kits and Installation Kit ancillary items. This is a market survey to locate sources for Installation Kits and Installation Kit ancillary items, inclusive of installation hardware and cabling, used in existing and new systems in support of the Single Channel Ground and Airborne Radio System (SINCGARS) and Enhanced Position Location Reporting System (EPLRS) for the Communications-Electronics Life Cycle Command (CECOM LCMC) and the Tank and Automotive Command (TACOM) LCMC. The purpose of this market survey is to perform a comparability determination in accordance with FAR 8.602(a)(1). Please note that, after the initial response(s) to this survey, the Government reserves the right to request additional, substantiating documentation in furtherance of performing the required comparability determination on price, quality and time of delivery. The U.S. Army is seeking to identify sources with the capability to provide the following items in accordance with CECOM LCMC drawings and parts lists. It is projected that a solicitation for a five-year IDIQ type contract, with ranges will follow. The specified approximate ranges of individual kits are as follows. These ranges apply to each year of the anticipated solicitation. 1) 5340-01-442-5557, A3265340 Locking Bar, Range A 1-500, Range B 501-1000, Range C 1001-5000; 2) 5985-01-568-3055, A3265992, UAH Antenna Mount, Range A 1-100, Range B 101-500, Range C 501-1000; 3) 5895-01-463-8290, A3272557-2, Two Wire Adapter, Range A 1-100, Range B 101-250, Range C 251-500; 4) 5895-01-568-6874, A3325368, MK-3107 PPL 10612C EPLRS FMTV Kit, Range A 1-100, Range B 101-500, Range C 501-1000; 5) 5985-01-568-3173, A3325367, PPL10612R EPLRS FMTV Kit, Range A 1-100, Range B 101-500, Range C 501-1000; 6) 5985-01-392-2217, A3018371-1, Bracket, Range A 1-100, Range B 101-500, Range C 501-1000; 7) 5985-01-513-1461, A3265576, Antenna Bracket, Range A 1-1000, Range B 1001-2500, Range C 2501-5000; 8) 5985-01-568-3180, A3318561, Mount Antenna, SINCGARS, Range A 1-20, Range B 21-50, Range C 51-100; 9) 5985-01-568-6652, A3325407, MK-3105 Antenna Offset assembly M1165 (PKMM), Range A 1-200, Range B 201-500, Range C 501-1000; and 10) 5895-01-291-3215, A3050738, MK-2207 IK for M934/935 Expando Van, Range A 1-10, Range B 11-40, Range C 41-100. The required delivery schedules for each NSN by delivery order are as follows: Standard delivery schedule with First Article requirements. Up to 1000 each 240 days after award, and up to 1000 each month thereafter until completion. Standard delivery schedule without First Article requirements. Up to 1000 each 60 days after award, and up to 1000 each month thereafter until completion. Standard or increased quantity delivery schedule with acceleration with First Article requirements. Up to 1250 each 240 days after award, and up to 1250 every 23 days thereafter until completion. Standard or increased quantity delivery schedule with acceleration without First Article requirements. Up to 1250 each 45 days after award, and up to 1250 every 23 days thereafter until completion. Contractor performed First Article Testing (FAT) will be required for these items. FAT requirements may be waived for interested sources that have successfully delivered and obtained Government acceptance of these items within the past two years. If FAT is not waived, a FAT plan and a FAT report must be provided and approved by the Government prior to the manufacture and delivery of the aforementioned items. The attached SOW for Installation Kits and Installation Kit Ancillary Items applies, with the exception of SOW paragraphs 3.0 b., 3.0 c., and 3.0 d. Exceptions to Technical Data are as follows: Where a loudspeaker is required, all kits shall be assembled using LS-671, CX-13292 Cables and A3014550-1 Brackets. Cables A3018360-1 and A3014044 series that connect to the VIC-1 are not required. Government Furnished Gauges will be provided to assist in the manufacture and testing of all mounts. No Government Furnished Property (GFP) will be provided. Preservation and packaging for each NSN shall be commercial packaging in accordance with (IAW) the Standard Practice for Commercial Packaging (ASTM D 3951-98) with Level of Protection (LOP)=Commercial, Level of Pack (LPK)=Commercial, Quantity Unit Pack (QUP)=001. Marking shall be in accordance with MIL-STD-129P with change 4. Radio Frequency Identification (RFID) requirements shall be IAW DFARS 252.211-7006. The contractor shall mark all contract deliverables IAW DFARS clause 252.211-7003, MIL-STD-130N and the SOW. Requirements for applying Chemical Agent Resistant Coasting (CARC) paint finishes are as set forth in the SOW. Inspection and acceptance shall be at source. Freight on Board (FOB) shall be destination. The contractor shall provide Higher-Level Contract Quality Requirements (ISO-9001 and MIL-I-45.208) in accordance with Federal Acquisition Regulation (FAR) 52.246-11. Quality assurance acceptance criteria is outlined at Appendix A to the SOW. All items shall be shipped to Red River Army Depot, Texarkana TX or New Cumberland Army Depot, New Cumberland, PA. In addition to the above referenced hardware, the Government requires the delivery of the following data items as set forth in the Contract Data Requirements Lists (CDRLs), DD Form 1423-1, that are embedded in the SOW: DI-MISC-80711A, Scientific and Technical Reports-Configuration Control; DI-MISC-80711A, Scientific and Technical ReportsIUID Marking Diagram/Instructions; DI-MISC-80750, Technical Data Package Review ReportProduction Evaluation (PE); DI-MISC-80508B, Technical ReportStudy/ServicesProduct Data; DI-MISC-80508B, Technical ReportStudy Services-Non Standard Parts Approval Request; DI-SESS-81656, Source Data for Forecasting Diminishing Manufacturing Sources and Material Shortages (DMSMS)-DMSMS Data; DI-CMAN-81254A, Request for Nomenclature (DD Form 61); DI-NDTI-81307A, First Article Qualification Test Plan; DI-NDTI-80809B, Test/Inspection Report - First Article Test Report; DI-SESS-81315A, Failure Analysis and Corrective Action Report; DI-NDTI-80809B, Test/Inspection Reports-Environmental Retest. Interested sources may identify, in writing, their interest and capability to respond to this requirement. The response should be a short introductory description (unclassified) outlining a viable approach that meets the above needs and must address ability to produce a quality product, production capacity, waiver of FAT requirements, ability to make timely delivery, and prices. The drawings and the SOW will be posted on the Interactive Business Opportunities Web Page (IBOP). The pricing table will also be posted on the IBOP, and the pricing sheets for the first year of the proposed five (5) year IDIQ, with standard and accelerated delivery schedules, shall be completed and returned in response to this survey. The submission of prices in response to this survey is required to perform the comparability determination, and is therefore the minimum information that is necessary to receive consideration. The U.S. Army CECOM LCMC has established the IBOP website as part of the Armys Single Face to Industry, to allow electronic posting of Solicitations for Request for Proposals (RFPs) and Invitations for Bids (IFBs) from CECOM LCMC to Industry. All parties who are interested in doing business with CECOM LCMC are invited to access the drawings, the SOW, and the pricing table from the IBOP at https://abop.monmouth.army.mil. You may access potential CECOM Business Opportunities by simply selecting CECOM Comm.-Elec. Comm.-Active, under the heading CECOM - MARKET RESEARCH, Logon & View by Army Contracting Activity, and then click on GO. You can register for a User ID and Password under USER SERVICES, New User Registration, on the right side of the screen. Submit one electronic copy of the submission to the following: Commander, US Army Contracting Command, ATTN: CCCE-CB-TAD (JoAnn Mazza) Bldg. 1208, Fort Monmouth, NJ 07703 Telephone: 732-427-6009 email: JoAnn.Mazza1@us.army.mil. Submit one electronic copy of the submission to the following: Product Director, Tactical Radio Communications Systems Current Force, ATTN: SFAE-C3T-CP-TRC (James G. Bowden) Bldg 427 Fort Monmouth, NJ 07703 Telephone: 732-427-3062 email: James.Bowden@us.army.mil. Submit one electronic copy of the submission to the following: Commander, US Army Contracting Command, ATTN: CCCE-CB-TAD (Lisa Martikes) Bldg. 1208, Fort Monmouth, NJ 07703 Telephone: 732-427-1597 email: lisa.martikes@us.army.mil. The deadline for the receipt of responses to this market survey is FEB 19, 2010. **DRAWINGS** - The drawings related to this announcement are located on the IBOP. The viewing software is available on the IBOP homepage under OTHER LINKS DRAWING VIEWER SOFTWARE. If you have any problems downloading the files, please contact the IBOP helpdesk.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8e73949f89ca2fc3352bc3a8431bfc28)
 
Place of Performance
Address: CECOM Contracting Center (CECOM-CC) ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
Zip Code: 07703-5008
 
Record
SN02057931-W 20100206/100204235357-8e73949f89ca2fc3352bc3a8431bfc28 (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.