Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 6, 2000 PSA #2741
SOLICITATIONS

58 -- STANDARD ADVANCED DEWAR ASSEMBLY, TYPE II (SADA II) TO SUPPORT THE HORIZONTAL TECHNOLOGY INTEGRATION (HTI) SECOND GENERATION FORWARD LOOKING INFRARED (FLIR) FULL RATE PRODUCTION

Notice Date
December 4, 2000
Contracting Office
U.S. Army CECOM, CECOM Acquisition Center, Fort Monmouth, NJ 07703-5008
ZIP Code
07703-5008
Solicitation Number
DAAB07-01-R-J405
Response Due
January 31, 2001
Point of Contact
Deborah J. Gilligan, Contracting Officer, 732-532-5454 -- Joseph Manganaro, Contract Specialist, 732-427-1389
E-Mail Address
Contract Specialist/POC E-Mail address (joseph.manganaro@mail1.monmouth.army.mil)
Description
The U.S. Army Communications Electronics Command (CECOM) is planning the release of a Request For Proposal (RFP) for the acquisition of the Standard Advanced Dewar Assembly, Type II (SADA II). The SADA II supports the Horizontal Technology Integration (HTI) Second Generation Forward Looking Infrared (FLIR) Fiscal Year (FY) 01-FY03 Full-Rate Production Requirements. The SADA II units, NSN: 5855-01-446-7217, Part Number: A3190641-1, shall meet the requirements of performance specification PRF-5009755A, dated 24 August 1999, to include appendices, excepting those relating to Optical Improvement (OI). The SADA II units shall also meet the requirements of Engineering Change Proposal (ECP) PM13-007, dated 30 November 2000. Full OI performance is highly desired and will be considered a significant enhancement, with Level 1 capability deemed more desirable than Level 3 capability. OI performance will be a strong consideration in the exercise of contract options. It is anticipated that the release of the RFP will be in December 2000, with proposals due approximately 40 days later. Acquisition strategy is as follows: (1) Full and Open Competition; (2) Up to three Firm-Fixed Price awards will be made; (3) Award(s) will be made based on a Best-Value Basis; (4) Contract(s) will be base year plus 2 -- 1 year options. The FY01, FY02, and FY03 projected requirements are approximately 540, 810, and 640 SADA IIs, respectively. Contract award is projected for March 2001, with deliveries beginning in November 2001. The Cryogenic One-Watt Linear Cooler shall be provided as Government Furnished Material. Successful completion of First Article Testing or Qualification Testing is required prior to Government acceptance of product. The draft RFP is projected for release on the Interagency Interactive Business Opportunity Page (IBOP), https://abop.monmouth.army.mil, mid/late December. Due to the requirements involved, this acquisition is classified as SECRET. This classification requires that any potential contractor be cleared for access to SECRET information. All interested contractors possessing a SECRET clearance should forward their "in the clear" address and CAGE Code to US Army CECOM Acquisition Center, ATTN: AMSEL-AC-CC-RT-F, Joseph Manganaro, Fort Monmouth, NJ 07703-5008. See Number Note 26.
Web Link
Interagency Interactive Business Opportunities Page (https://abop.monmouth.army.mil)
Record
Loren Data Corp. 20001206/58SOL001.HTM (W-339 SN5079R6)

58 - Communication, Detection and Coherent Radiation Equipment Index  |  Issue Index |
Created on December 4, 2000 by Loren Data Corp. -- info@ld.com