MODIFICATION
58 -- Velocity Radar: Sources Sought Notice
- Notice Date
- 2/17/2010
- Notice Type
- Modification/Amendment
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276
- ZIP Code
- 32826-3276
- Solicitation Number
- W900KK-10-T-0009
- Response Due
- 3/5/2010
- Archive Date
- 5/4/2010
- Point of Contact
- Iain Skeete, 407-208-3347
- E-Mail Address
-
PEO STRI Acquisition Center
(iain.skeete@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Note: Efforts title has changed from Muzzle Velocity Radar to Velocity Radar. The Program Executive Office for Simulation, Training and Instrumentation (PEO STRI), Project Manager for Instrumentation, Targets and Threat Simulators (PM ITTS), Instrumentation Management Office (IMO) in partnership with Yuma Test Center (YTC) and Aberdeen Test Center (ATC), anticipates an effort which will result in the procurement of Velocity Radars for the ranges located within YTC and ATC, but may not be solely limited to the aforementioned test ranges. The Government intends to make an award during the 3rd Quarter of FY 2010 in accordance with Federal Acquisition Regulation Part 12, Acquisition of Commercial Items. The Velocity Radars requested are defined in the Draft Performance Specifications and Draft Statement of Work which are included as attachments. Contractors shall describe their capabilities as it relates to the Draft Performance Specifications and Draft Statement of Work provided. In addition, Contractors are requested to provide the following information along with their capability statement: 1) Warranty length, terms and conditions 2) Recommended initial spares list identifying long lead items and mean time between failures for critical parts 3) A list of components that will comprise a working system in accordance with the VR specification and, if different, a list of components offered for a typical system by zone 4) Whether training manuals for operation are commercially available 5) Whether troubleshooting diagrams are available, and if so, to what component level 6) What comprises a software site license; and 7) Production and delivery timeframes based upon 5 radars of each zone type Capability statements should not exceed five (5) pages inclusive of the cover sheet. Related product literature may be provided in addition to the capability statement page limitation. If electronic product literature is not available, physical copies are acceptable, and a total of three (3) copies are preferred. Contractors shall indicate if they are a large or small business (if small, please indicate any applicable socio-economic status, such as Small Disadvantaged Business (SDB), Service-Disabled Veteran-Owned Small Business (SDVOSB), 8(a), etc.). Contractors electing to respond should contact Mr. Iain Skeete, Contract Specialist, by electronic mail at Iain.Skeete@us.army.mil no later than 1700 EST March 5th, 2010 indicating their capabilities. This is not a request for proposal. No additional information is available at this time. Vendors with questions should contact Mr. Iain Skeete via the email address provided.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KK-10-T-0009/listing.html)
- Place of Performance
- Address: PEO STRI Acquisition Center 12350 Research Parkway, Orlando FL
- Zip Code: 32826-3276
- Zip Code: 32826-3276
- Record
- SN02067124-W 20100219/100217234908-2bcce839ac26743eb83776928f22df5e (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 |