Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 03, 2006 FBO #1619
SOLICITATION NOTICE

58 -- Sources Sought Announcement for the Procurement of Repair and Maintenance of the AN/AVS-7(V) Family of Heads Up Display (HUD) Assemblies and Subassemblies

Notice Date
5/1/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army C-E LCMC Acquisition Center - DAAB07, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
 
ZIP Code
07703-5008
 
Solicitation Number
MARKET-SURVEY-8030
 
Response Due
5/15/2006
 
Archive Date
7/14/2006
 
Small Business Set-Aside
N/A
 
Description
CONTACT Point of Contact  Adam Butryn, 732-427-1008. Repair and Maintenance of AN/AVS-7(V) Family HUD Assemblies and Subassemblies. This is a market survey to locate potential sources of repair and maintenance for the AN/AVS-7(V) family HUD assembli es and subassemblies. The HUD enables helicopter pilots to use the Aviators Night Vision Imaging System (ANVIS) goggles during flight operations. The HUD provides critical operational information to the pilot superimposed over the ANVIS image. The HUD min imizes the requirement for the pilot and co-pilot to look at the flight instruments, thus allowing them to concentrate on scanning outside of the cockpit. The government is seeking interested sources for the Repair and Maintenance of the AN/AVS-7(V) family of HUD systems. The government intends to purchase these services using an indefinite quantity/indefinite delivery (IDIQ) contract over a two-year period. Respondents must have extensive knowledge of the ANVIS HUD system. Potential offerors will be resp onsible for turning the nonfunctional components received from the government into ones which meet the most current operation form, fit and function as called out by applicable technical data within a repair cycle time of thirty (30) days. This effort also requires the maintenance of a parts inventory sufficient to support the aforementioned repair cycle time. Depot Maintenance Work Requirements (DMWRs) do not exist for this equipment. A complete technical data package was never procured and therefore is un available. The Government will not provide any test equipment or facilities for this effort. Any interested sources must send the following information, NLT 15 May 06, to C-E LCMC IEW/S Directorate, ATTN: AMSEL-LC-IEW-N-II (Adam Butryn), Bldg. 1201, Ft. Monmouth, NJ 07703 or e-mail to adam.butryn@mail1.monmouth.army.mil. Identification of the contractor as a Large or a Small Business. If a Small Business, please identify as an 8(a), HUBZone, Disadvantaged, Women-Owned, or non-disadvantaged. Past Performance for these or similar items. The contractor shall submit their part numbers, NSN, or nomenclature and the date of the last manufacturing effort of the same or similar items for which they have production experience. Government contract numbers, if applicable, shall be provided. The contractor shall cite the quality standard (either Government or Industry) that shall be in place for this effort. The contractor must provide information to show that he possesses, or shall possess, adequate experience, knowledge, production plant fac ilities (equipment, tooling, and space) to enable him, or his subcontractors, to support this item. All technical questions should be addressed to Adam Butryn (732) 427-1008, email address adam.butryn@mail1.monmouth.army.mil.
 
Place of Performance
Address: US Army C-E LCMC Acquisition Center - DAAB07 ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
Zip Code: 07703-5008
Country: US
 
Record
SN01038501-W 20060503/060501220645 (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.