SOURCES SOUGHT
59 -- Market Survey for AN/PVS-14, AN/PVS-7, and Image Intensifiers.
- Notice Date
- 10/17/2014
- Notice Type
- Sources Sought
- Contracting Office
- ACC-APG - Aberdeen Division B, HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE, ABERDEEN PROVING GROU, MD 21005-1846
- ZIP Code
- 21005-1846
- Solicitation Number
- MARKET-SURVEY-5718-1
- Response Due
- 11/10/2014
- Archive Date
- 12/16/2014
- Point of Contact
- Savino Sica, 443-861-5441
- E-Mail Address
-
ACC-APG - Aberdeen Division B
(savino.w.sica.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- DO NOT CONTACT POSTER, S.SICA. FOR ALL INFORMATION CONTACT: Timothy Langan, Electronics Engineer, (443)-395-1412 Sources sought to provide the government with the AN/PVS-14 Monocular Night Vision Device (NSN: 5855-01-432-0524), MX-11769 Image Intensifier (NSN: 5855-01-504-4590), and MX-10130 Image Intensifier (NSN: 5855-01-444-3916) for U.S. Military; and commercial versions of the AN/PVS-14, AN/PVS-7, MX-11769, and MX-10130 for the purpose of Foreign Military Sales. Items for Foreign Military Sales will be required to have varying Figures of Merit (FOM) in order to meet the ITAR export restrictions of their customers. The Government requires an estimated quantity of 8,500 AN/PVS-14, 25,000 MX-11769, 3,500 MX-10130, 26,000 exportable AN/PVS-14, 17,000 exportable AN/PVS-7, 2,000 exportable MX-11769, and 1,500 exportable MX-10130 over a 5 year period. The Government possesses detailed drawings and performance specifications for all of these 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. Suppliers who are capable of delivery of these items, in accordance with the government data package and in the quantities specified above should contact the government before 10 November 2014. Suppliers will be required to perform First Article and Conformance Testing in accordance with a government approved Quality Validation Plan. Submissions can be sent to timothy.l.langan.civ@mail.mil. Responses must include documentation that contains the following: The contractor must provide information to show that he possesses, or shall possess, adequate production plant facilities (equipment, tooling, and space) to enable him, or his subcontractors, to produce this item. Identification of the contractor as a Large or a Small Business. If a Small Business, please identify as an 8(a), HUBZone, Disadvantaged, Women-Owned, or non-disadvantaged. Past Performance for these or similar items. The contractor shall submit their part numbers, NSN, or nomenclature and the date of the last manufacturing effort of the same or similar items for which they have production experience. Government contract numbers, if applicable, shall be provided. The contractor shall cite the quality standard (either Government or Industry) that shall be in place for this effort. For more information contact Timothy Langan at timothy.l.langan.civ@mail.mil or (443)-395-1412. EMAIL ADDRESS: timothy.l.langan.civ@mail.mil CECOM POC
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/e1642addb38127a10848d7d39352b8ef)
- Place of Performance
- Address: ACC-APG - Aberdeen Division B HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE ABERDEEN PROVING GROU MD
- Zip Code: 21005-1846
- Zip Code: 21005-1846
- Record
- SN03553061-W 20141019/141017234237-e1642addb38127a10848d7d39352b8ef (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 |