SOLICITATION NOTICE
59 -- Sources Sought for Maintenance, Depot Repair, Overhaul of cannibalized systems, and Maintenance Support Services for AN/TPQ-36(V) and AN/TPQ-37(V) FIREFINDER systems, and AN/TPQ-46 U.S. Marine Corps version of AN/TPQ-36
- Notice Date
- 10/4/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- US Army Communications-Electronics Command, CECOM Acquisition Center - DAAB07, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
- ZIP Code
- 07703-5008
- Solicitation Number
- MARKET-SURVEY-0350
- Response Due
- 10/12/2004
- Archive Date
- 12/11/2004
- Small Business Set-Aside
- N/A
- Description
- CONTACT Point of Contact Electronics Engineers: Michael Siliato 732-427-5310, Dwight DeButts, 732-532-8715, Branch Chief: Steve Morton, 732-532-1174. This market survey/sources sought notice is to seek and identify potential sources of supply for Depot Repair. Overhaul of various cannibalized systems, and Maintenance Support Services for AN/TPQ-36(V)and AN/TPQ-37(V)FIREFINDER systems and subassemblies, AN/TPQ-46 U.S. Marine Corps version of AN/TPQ-36(V), as well as Engineering & Field Technical sup port services. At this time, the U.S. Army is seeking to identify sources, which have the capability and knowledge in overhauling and perform complete maintenance repair services on these older radar equipment. The actual work could be performed in vario us locations to include: Contractors facilities, Tobyhanna Army Depot, and military bases in or out of country such as South West Asia. Contractors possessing GSA schedule must indicate so and provide the contract number. Potential sources must have th e following capabilities: supply at unit, direct and depot levels; training while providing trainer and New Equipment Training (NET) teams, repair services to support Soldiers, Logistics Assistant Representatives (LARs); radar (enlisted or WO); and contin ually performing evaluation of best services for depots, U.S. military and contractor, or a combination of both. The goal of this sources sought is to establish a database of potential contractors that can immediately qualified to perform the aforemention ed services to meet the Logistics Readiness Centers (LRC) goals and needs. The current source under contract for this effort is Raytheon Systems Company, Raytheon Technical Services Company. Detailed Technical Data, Performance Specification or Repair documentation are not available from the Army. Potential Suppliers capable of providing these services as a package must so indicate, by writing to Commander, USACECOM, ATTN: AMSEL-LC-IEW-C-CF, Building 1201E, Ft. Monmouth, NJ 07703-5000. The response must include documentation such as Test results, Depot Maintenance Repair procedur es, copy of Purchase Orders if the potential supplier was a vendor/subcontractor for these services or a statement from listed source demonstrating that the supplier can, in fact, successfully provide these services. Successful supplier(s) may be required to warrant that the items supplied under these services will satisfactorily perform when used for the purpose intended. Interested parties/contractors shall cite quality standard (Industry or Government) to be used for this effort and shall provide all inf ormation deemed necessary to demonstrate that required services could be successfully rendered within Government time constraints. The Government does not currently possess detailed technical data, performance specification or adequate repair and testing documentation for competitive procurement of support services for these equipments. These services must be immediately procured to secure and maintain mandatory operational readiness levels and to replenish inventory for the AN/TPQ-36(V), AN/TPQ-37(V) FIR EFINDER Radar systems, and AN/TPQ-46; therefore firm commitment to agreeable contract delivery schedule is extremely critical. In addition, potential sources shall comply with the following requirements: 1) Identification of contractor as a Large or Small Business and type (HUBZone, 8(a), Women-Owned, or Non-Disadvantage) 2) Identify percentage of work that would be contracted and percentage to be performed in-house for each NSN 3) Past Performance for systems/NSNs identified and/or similar systems/NSNs an d date of last manufacturing effort for these items; also provide Government contract number if applicable 4) Provide information to demonstrate adequate repair/overhaul facility and resources (equipment, tooling, space etc..) are available to perform and deliver services required 5) Provide current quality standard certification and quality standard that would be in-place for this contract. For all technical questions or for any additional information, you may contact any of the following POCs: Mr. Dwight A. DeButts: Com # (732) 532-8751, DSN 992-8715 email address: Dwight.debutts@u s.army.mil or dwight.debutts@mail1.monmouth.army.mil or Mr. Michael Siliato, Com # (732)427-5310, DSN: 987-5310, email address: Michael.siliato@iews.monmouth.army.mil or Mr. Steve Morton: Com # (732) 532-1174, DSN: 992-1174, email address: Stephen.Morto n@mail1.monmouth.army.mil. Firm deadline for responding to this notice is 12 Oct 2004. EMAIL ADDRESS: dwight.debutts@us.army.mil or Michael.siliato@iews.monmouth.army.mil
- Place of Performance
- Address: US Army Communications-Electronics Command, CECOM Acquisition Center - DAAB07 ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
- Zip Code: 07703-5008
- Country: US
- Record
- SN00688613-W 20041006/041004211954 (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 |