Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 06, 2002 FBO #0035
SOURCES SOUGHT

58 -- Depot and Site Support for AN/USC-28(V), AN/FSC-115, and AN/GSC-63

Notice Date
1/4/2002
 
Notice Type
Sources Sought
 
Contracting Office
US Army Communications-Electronics Command, CECOM Acquisition Center, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
 
ZIP Code
07703-5008
 
Solicitation Number
DAAB07-99-C-A253
 
Response Due
1/18/2002
 
Archive Date
2/17/2002
 
Point of Contact
John Coumeri, 732-532-9343
 
E-Mail Address
Email your questions to US Army Communications-Electronics Command, CECOM Acquisition Center
(john.coumeri@mail1.monmouth.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA PART: U S Government Procurements Subpart: Supplies, Equipment and Material CLASSCOD: 58?Communication, Detection, and Coherent Radiation Equipment?Potential Sources Sought OFFADD: US Army CECOM Acquisition Center, Ft Monmouth, NJ 07703-5008 SUBJECT: 58?Depot and Site Support for AN/USC-28(V), AN/FSC-115 and AN/GSC-63 CONTRACT: DAAB07-99-C-A253 DUE: 01/18/2002 POINT OF CONTACT: John J. Coumeri COR (732) 532-9343 CONTRACTING OFFICER: John M. Adamitis (732) 532-3473 DESCRIPTION: Contract DAAB07-99-C-A253 was awarded on 7 April 1999 in accordance with FAR 6.302-1. The contract?s period of performance includes one base year and six option years extending to March 2006. Option Period 3 is to be exercised on 1 March 20 02. This Market Research is being conducted to satisfy the requirements of AFARS 5106.303-1(e). The aforementioned contract provides contractor support for the Satellite Communication Set (SCS) and DSCS ECCM Control Subsystem (DECS) systems as described herein. The contract involves both depot level and resident site support services and materials necessary to provide the ongoing depot level engineering support, depot storage and issue, and depot repair and overhaul, including redeployment of overhauled/ upgraded systems for the AN/USC-28(V), AN/FSC-115 (DECS-CC) and AN/GSC-63 (DECS-RC) and their respective component repairable assemblies. In addition, the contract provides resident site support through Field Maintenance Technicians (FMTs) for the subject equipment deployed worldwide. The services of seven (7) full time FMTs and two (2) part time FMTs as floaters for option years to perform fault isolation, corrective action, engineering support and testing is required. The FMTs are required to support s ite personnel for the subject systems worldwide. The Contractor?s Systems Engineering Staff provide analytical support to the FMTs on-site problems and duplicate and suggest corrective action for system anomalies reported by the FMTs. In addition, all d epot maintenance, repair, rebuild, overhaul, and redeployment required to correct anomalies is accomplished. The Government did not acquire a Level III drawing package, to be used for in-depth troubleshooting and engineering analysis of system problems an d anomalies. Furthermore the proprietary nature of much of the technical data precludes the availability of such drawings (i.e., a complete data package) support for the systems for which this contract is intended. The Government does not own the off-lin e automatic test equipment, automatic test programs (test program, test adapters & operator instructions), manual test equipment, test fixtures or manual test procedures necessary to fault detect and fault diagnose items submitted for depot repair and over haul. Nor does the Government own the engineering data required for the development of either automatic or manual test procedures. Respondents to this Market Research must provide level of effort and dollar estimates to acquire a full understanding of th e design of the equipment. As part of the written response, a respondent must be able to prove to the Government how depot level and field problems can be identified and corrected without the aid of detailed design drawings. A written response must inclu de evidence of the respondent?s ability to support the described equipment. Responses should be sent to CDR USACECOM, ATTN: AMSEL-LC-COM-S-DN, Ft Monmouth, NJ 07703. For further information contact either Mr. John Coumeri at 732-532-9343 or Mr Jim Acerra at 732-532-9298. The deadline for response to this notice is 18 January 2002. EMAILADD: john.coumeri@mail1.monmouth.army.mil EMAILDESC: support for AN/USC-28(V), AN/FSC-115 and AN/GSC-63
 
Web Link
Army Single Face to Industry
(http://acquisition.army.mil)
 
Place of Performance
Address: US Army Communications-Electronics Command, CECOM Acquisition Center ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
Zip Code: 07703-5008
Country: US
 
Record
SN20020106/00011692-020107072204 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(will 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.