Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 26, 2014 FBO #4780
SOURCES SOUGHT

58 -- 1600 FOM Commercial Export NV equipment as follows - AN/PVS-10 (magnification 8.5x), Sources Sought Market Survey

Notice Date
12/24/2014
 
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-5765-1
 
Response Due
1/8/2015
 
Archive Date
2/22/2015
 
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 ANY INFORMATION CONTACT: Ira Weiner, 443-395-6990. The purpose of this Market Research is to identify interested sources that can manufacture and/or provide and deliver a quantity of 22 commercial equivalent export version of the AN/PVS-10 Day / Night Vision Scope for case Foreign Military Sales Case BR-B-UAA for the country of Brazil. Interested sources should furnish the following information in the format provided below: 1. Name and address of company with Cage Code and DUNN's number. 2. Point of Contact (Name, department, phone number and e-mail). Salient Characteristics/Specifications: Magnification:8.5x Field Of View (Degrees):3.0 Minimum Focus Range:25 m Detection Range:600m (night), 800m (day) Objective:125 mm Diopter Adjustment:+2 to -6 Eye Relief:76 mm Power Source:2 quote mark AA quote mark Battery Weight:2.12 kg Resolution lp/mm:45-64 lp/mm (min) Signal to noise ratio:17.1-21.0 Features: One Year Warranty 2-AA Battery Operation Integrated Day / Night Operation Manual Gain Control & Adjustable Illuminated Reticle Low Profile for Optimum Balance & Signature Reduction Low Battery Warning in FOV Accessories: Sun Shade Tool Kit Ops Manual Carrying Case Lens Paper Technical Bulletin Other information/requirements: 1. Unit must not contain LIF (Light Interference Filter) technology. 2. Figure of Merit must not exceed 1600 FOM where the FOM is calculated by multiplying the signal-to-noise ratio by the resolution as measured in line-pairs per millimeter. 3. Halo diameter MUST NOT be smaller than.85 mm. 4. If you are a reseller/distributor you must disclose the manufacturer of the items. 5. Please state delivery ARO. 6. Disclosure of the tube source is required. If and when the solicitation is advertised the successful bidder must be able to adhere to the following requirements: 1. Electro-optic countermeasures and counter-countermeasures or methods to exploit countermeasures MUST NOT be discussed or released. 2. Manufacturing, design, production or processing technology MUST NOT be discussed or released. 3. Co-production or co-development MUST NOT be offered or discussed. 4. Customer Source Inspection (CSI) is NOT permitted for monitoring inspections, assembly operations, processing and testing of unfinished/unassembled Image Intensifier (I2) tubes or night vision materials and components. 5. US threat, vulnerability or performance data MUST NOT be released. 6. Comparison with US Government systems or components MUST NOT be made. 7. Gated power supplies MUST NOT be offered or released. There is no solicitation available at this time. Requests for a solicitation or status of the solicitation will not receive a response. Any information submitted by respondents is strictly voluntary. This market survey does not constitute a Request for Proposals (RFP) or a request for sealed bids (IFB), nor does its issuance restrict the Government as to its ultimate acquisition approach. The Government will neither award a contract solely on the basis of this notice, nor pay respondents for any information that they submit in response to this Sources Sought request. The respondent must show, to the full satisfaction of the US Government, the capability of providing a single solution for the required hardware described herein. Acknowledgement of receipt of responses will not be made, nor will respondents be notified of the Government's evaluation of the information received. The response must include documented capability to manufacture and/or provide and deliver any and all equipment. Please submit all responses to the email address provided below no later than 8 January 2015. FOR FURTHER INFORMATION PLEASE CONTACT: Ira Weiner, 443-395-6990 ira.r.weiner.civ@mail.mil EMAIL ADDRESS: ira.r.weiner.civ@mail.mil CECOM POC: Ira Weiner
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/216906c96246f8a5234e62e5b7510b05)
 
Place of Performance
Address: ACC-APG - Aberdeen Division B HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE ABERDEEN PROVING GROU MD
Zip Code: 21005-1846
 
Record
SN03604737-W 20141226/141224233840-216906c96246f8a5234e62e5b7510b05 (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.