SOLICITATION NOTICE
59 -- HARDWARE FAILURE ANALYSIS AND REPAIRS
- Notice Date
- 5/12/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- N00164 300 Highway 361, Building 64 Crane, IN
- ZIP Code
- 00000
- Solicitation Number
- N0016403R8528
- Response Due
- 5/27/2003
- Archive Date
- 6/26/2003
- Point of Contact
- Pete Riegler 8128546491
- E-Mail Address
-
Email your questions to point of contact
(riegler_p@crane.navy.mil)
- Description
- SYNOPSIS AND REQUEST FOR INFORMATION. NAVSURFWARCEN Crane Division is requesting MARKET SURVEY information relative to North Atlantic Instruments Turret Remote Drive Power Supply P/N 64PS1-1HPW and TU Remote Drive PWM VME BUS, RW-422 Link P/N 64PW2-2HPW. The Government plans to procure hardware, failure analysis, and repairs. The Original Equipment Manufacturer is North Atlantic Industries (formerly known as North Atlantic Instruments), Inc 170 Wilbur Place, Bohemia, NY 11716-2416. The Government intends to purchase: 1) a Minimum quantity of 1 each and maximum quantity of 30 each of CLIN 0001 Turret Remote Drive Power Supply, P/N 64PS1-1HPW; 2) a minimum quantity of 1 each and maximum quantity of 170 each CLIN 0002 Failure Analysis for Turret Remote Drive Power Supply; 3) a minimum quantity of 1 and maximum quantity of 170 CLIN 0003 Repairs for Turret Remote Drive Power Su pply; 4) a Minimum quantity of 1 each and maximum quantity of 30 each of CLIN 0004 Turret Remote Drive PWM VME BUS, RW-422 P/N 64PW2-2HPW; 5) a minimum quantity of 1 each and maximum quantity of 30 each CLIN 0005 Failure Analysis for Turret Remote Drive; and 6) a minimum quantity of 1 each and a maximum quantity of 30 each Repairs for Turret Remote Drive. The purchased and repaired items must contain the latest firmware revision. The Government plans to issue an IDIQ contract with an ordering period of 5 years. Required Delivery of purchased quantity is 90 days after Delivery Order. This will be procured under only One Responsible Source due to substitution of equipment would violate warranty (on Raytheon?s Multi-Spectral Targeting System) and there are no other known sources. Delivery FOB Destination- Acceptance at Origin is desired. The primary purpose of this ma rket survey is to obtain information, comments and questions regarding this request for information; to establish if the items being procured are considered to be commercial off-the-shelf (COTS) non-developmental items, modified commercial items or non-commercial items; and to determine what terms and conditions are considered standard to industry. The Government intends to award a five-year IDIQ contract with minimum and maximum quantities. It is anticipated that the spares and failure analysis CLINS will be fixed price, and the CLINS for repair will be either T&M or CPFF. Written comments and questions are requested to be submitted as part of this Market Survey in the format specified below. The SOW (to be provided at a later date) may provide for the manufacture of spares, Contractor Acceptance Testing, Failure Analysis, and Repair, Failure Analysis Reportin g, GFP Repair Status Report IAW CDRLS, and contractor?s standard warranty for new spares ordered and repairs. Offeror is invited to submit written information in response to this synopsis request for information including the following: A synopsis of total system capability and system technical information; ROM unit pricing for spares quantity between range of 1 and 30 and any government discounts available, and estimated pricing for the failure analysis and repairs; Product Literature or Drawings; Maximum Rate of production per month; Production Lead Time for initial delivery and quantity for initial delivery; Proposed Delivery Schedule per month expressed in terms of days after delivery order award; Term of Standard Warranty Available at no additional cost to the Government; In-House Supportability / In-House capability for contractor Logistics Supp ort; if available Mean Time Between Failures (MTBF); if available Information on training to be provided; if applicable; A summary of any relevant testing vendor has completed (i.e. submersion, shock, etc.) and what platforms were used; if any; Comments / questions / clarifications on this RFI, and drawings, if applicable. Information regarding the Commerciality of the items, services and data to be procured (i.e. if the items are considered by vendor to be COTS or modified commercial items or non-commercial items); Any other terms and conditions not mentioned standard to the industry Define in detail Best Commercial Practice for packaging, which will be utilized by your company. If you are interested, potential sources should respond, in writing, to the above request via e-mail to riegler_p@crane.navy.mil NLT 4:00 p.m. 27 May 2003. Responses should include in formation to address the requirements listed above. Information submitted will not be returned to the source. This notice is a synopsis, does not constitute a Request for Proposal (RFP) and it is not a commitment by the U.S. Navy to procure subject equipment.
- Web Link
-
to download solicitation
(http://www.crane.navy.mil/supply/synop/03R8528.htm)
- Record
- SN00322416-W 20030514/030512213608 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |