Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 26, 2006 FBO #1642
SOURCES SOUGHT

59 -- Sources Sought for Acquisition of Firefinder System Line Printer Units and ancillary support items and services

Notice Date
5/24/2006
 
Notice Type
Sources Sought
 
NAICS
334111 — Electronic Computer Manufacturing
 
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
W15P7T-06-R-M010
 
Response Due
6/15/2006
 
Archive Date
8/14/2006
 
Small Business Set-Aside
N/A
 
Description
This notice supersedes the pre-solicitation notice posted Jan 10, 2006, Solicitation Number W15P7T-06-R-M001, entitled 70Procurement of upgraded Line Printers (LP), NSN: 7025-01-487-8979, part of the AN/TPQ-36/37 Firefinder radar system. This Marke t Survey is to identify additional sources capable of satisfying the following requirement package: 1) Manufacture and deliver a quantity of forty-five (45) new configuration Line Printer units, NSN: 7025-01-487-8979, developed to resolve major technical i ssues with Legacy Printer units; 2) Overhaul Services to upgrade Army Legacy Printer configuration, NSN: 5840-01-073-5483 to new Line Printer configuration, NSN: 7025-01-487-8979; 3) Procure a quantity of thirty (30) additional Line Printer Cable units for spares, NSN: 6150-01-522-6839; 4) 250 cases of Thermal Printer Paper Roll, 4, Half-Page, NSN: 7530-01-488-4550; and 5) Repair Services for both Line Printer unit configurations. The current supplier is RITEC Corporation. Contemplated contract type: Fiv e-year Indefinite Delivery Indefinite Quantity (IDIQ) firm-fixed price (FFP) contract. An initial minimum guaranteed order will be executed with issuance of the first delivery order at time of contract award. Detailed technical data, test, repair and upg rade documentation for the new Line Printer configuration as well as environmental test procedures for the Thermal Printer Paper will not be supplied by the Army as they are not available. Additionally, new configuration of the Line Printer unit will not be supplied as Government Furnished Equipment (GFE) for reverse engineering efforts as none are available. First Article/Environmental Testing will be a mandatory requirement for suppliers who have not produced and/or satisfactorily delivered this exact it em on a contract within the past five years. Interested suppliers shall submit relevant supporting technical data to clearly demonstrate ability to successfully satisfy Governments requirement, as well as comply with an aggressive delivery schedule comme ncing 120 days after contract award or better. Interested suppliers capable of successfully providing the required products and services must so indicate, by writing to U.S. Army Communications-Electronics Life Cycle Management Command, Acquisition Center, ATTN: AMSEL-AC-CC-RT-H, Building 1208, 2nd Floor, ATTN: Celeste Osenenko/Kimberly Lyall, Ft. Monmouth, NJ 07703-5008 or by sending an email to: Celeste.m.Osenenko@us.army.mil and/or Kimberly.Lyall@us.army.mil. Responses must include the following at a min imum: 1. Documentation such as test results, test/repair and overhaul procedures, copy of purchase order(s) if the supplier was a vendor/subcontractor to the listed source or a statement from listed source demonstrating that the supplier can, in fact, su ccessfully execute and deliver the required products and services according to specified contract schedule. 2. Past Performance for all identified or similar items specifying part number, NSN, or nomenclature, last manufacturing/production and repair/ove rhaul dates, in addition to Government contract numbers, if applicable. 3. Specify the quality standard (either Government or Industry) that interested party will be using for this effort. Supply proven procedures to be utilized for testing and acceptan ce of final products prior to delivery. 4. Supporting data to show availability of adequate resources, i.e. experienced personnel with years of experience, manufacturing and testing facilities (breakdown of equipments, toolings and space allocated for st orage of completed products, conforming and non-conforming materials, etc.) to enable interested source, or its subcontractors, to manufacture and test product configuration and warrant that delivered products will satisfactorily perform intended usage whe n used by the Army after delivery. 5. Specify U.S. Government security level currently held. 6. Identification of current status as a Large or a Small Busin ess. Small Business must specify any small business affiliations, such as 8(a), HUBZone, Disadvantaged, Women-Owned, Veteran Owned, Service-Disabled Veteran Owned. Firm deadline to submit complete response with all supporting technical data is no later t han close of business June 15, 2006. See Numbered Note 26.
 
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
SN01056503-W 20060526/060524221106 (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.