Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 13, 2011 FBO #3457
SOLICITATION NOTICE

61 -- LTC for Dynamic Reference Unit Hybrid Replacement (DRU-H-R)

Notice Date
5/11/2011
 
Notice Type
Presolicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
DLA CECOM Contracting Center (CECOM-CC) (Aberdeen), DLR Procurement Operations DSCC-ZH, E2445 Eagle Point Road, APG-EA, MD 21010-5410
 
ZIP Code
21010-5410
 
Solicitation Number
SPRBL111R0026
 
Response Due
6/27/2011
 
Archive Date
8/26/2011
 
Point of Contact
Theresa Boutchyard, 443-861-4537
 
E-Mail Address
DLA CECOM Contracting Center (CECOM-CC) (Aberdeen)
(theresa.i.boutchyard@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The DLA Land Aberdeen Contracting Center is planning the release of a solicitation for the acquisition of new fabrication of Dynamic Reference Unit Hybrid Replacement (DRU-H-R), NSN 6110-01-573-0846. The DRU-H-R is a modular component that is used in the Modular Azimuth Positioning System Hybrid, which in turn is part of the AN/TPQ-36/37 FIREFINDER (FF) Radar Systems. The DRU-H-R is a positioning and orienting sub-system for use on weapon and target systems. The DRU-H-R is a self-contained high accuracy inertial navigation system. The DRU-H-R provides continuous outputs utilizing ring-laser gyro and accelerometer technology. The DRU-H-R provides Universal Transverse Mercator (UTM) Northing and Easting coordinates as well as altitude and attitude (Azimuth, Pitch, Roll) data. The Firefinder Radar System is a mobile, phased array radar system that automatically locates hostile mortar and artillery projectiles. The system is composed of an Operations Control Group or Shelter, an Antenna Transceiver Group and Power Group. The Firefinder Radar System provides force protection. It is anticipated that the release of the solicitation will be on or about May 26, 2011, with proposals due approximately 30 days later. The proposed procurement will be an IDIQ five year contract with no option years. The contract minimum purchase will be 12 units and the contract maximum will be $22,950,000.00. Shipping destination will be DODAAC W25G1U, Plant 7002, XU Transportation Officer, DDSP New Cumberland Facility, Building 2001, Mission Door 113-134, New Cumberland, PA 17070-5001. The only approved source is L-3 Communications Space & Navigation Division (L-3 S&N), 450 Clark Drive, Budd Lake, New Jersey 07828 (CAGE Code: 1NZ85). Award will be made on a fair and reasonable basis. L-3 S&N is currently an approved producer of these items, thus First Article Testing or Qualification Testing is not required prior to Government acceptance of product. L-3 S&N is the only source with the comprehensive knowledge and expertise necessary to produce the required item. Any award made as a result of this solicitation shall be evaluated on the lowest price technically acceptable. The solicitation is projected for release on the Army Single Face to Industry (ASFI) website. All parties interested in doing business with Army Contracting Command - Aberdeen Proving Ground (Command, Control, Communications, Computers, Intelligence, Surveillance and Reconnaissance) (ACC - APG (C4ISR)) and DLA Land at Aberdeen are invited to access the Army Single Face to Industry (ASFI) at https://acquisition.army.mil/asfi?ASFI_FAQ.cfm Upon accessing this web page, look for the tab titled "ASFI for Industry". Under the "ASFI for Industry" tab you will be able to: check for business opportunities by clicking on the Contract Opportunities Search link, receive notifications by clicking on the Vendor Notification Service link. Vendor cannot submit responses via the Vendor Bid History. Vendors can only view "high level" information regarding the response. No registration is needed for the Vendor to browse for business opportunities. For the Vendor to receive notifications he merely needs to provide company Commercial and Government Entity (CAGE) Code and E-Mail address. To submit a response the Vendor must provide the CAGE Code and Marketing Partner Identification Number (MPIN). Your company must be registered and current in the Central Contractor Register (CCR) in order to submit bids/proposals on ASFI. Please be advised that hard copies of the solicitation will not be made available. You must download solicitation documents from the ASFI. Instructions on how to use ASFI to include; receiving notification, submitting and uploading bids or proposals, formatting and system requirements are provided at https://acquisition.army.mil/asfi?ASFI_FAQ.cfm. For Technical ASFI assistance please e-mail help desk at ASFI@conus.army.mil. Any proposals that are received will be evaluated.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7293195ad2bb2e58b3937ad0c961fe8e)
 
Place of Performance
Address: DLA CECOM Contracting Center (CECOM-CC) (Aberdeen) 6001 Combat Drive Room C1-301 APG MD
Zip Code: 21005-1846
 
Record
SN02445144-W 20110513/110511234415-7293195ad2bb2e58b3937ad0c961fe8e (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.