SOLICITATION NOTICE
58 -- OR-334/336/338 Cooler-Dewar Groups, and DT-635/591 Detector-Dewars
- Notice Date
- 7/26/2006
- 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-8099
- Response Due
- 8/11/2006
- Archive Date
- 10/10/2006
- Small Business Set-Aside
- N/A
- Description
- CONTACT Point of Contact: Robert Maltz (732) 532-5539. Cooler-Dewar Group(s) OR-334/V, NSN 5855-01-134-6733; OR-334(V)1, NSN 5855-01-062-3126;OR-336/A, NSN 5855-01-293-1592; OR-338/V, NSN 5855-01-291-1126; and Detector-Dewar(s)DT-635A/U, NSN 5855-01- 351-2541; and DT-591A/U, NSN 5855-01-172-9992. This market survey is to locate sources of supply for each described Cooler-Dewar Group and Detector-Dewar. These devices are 1st Generation Forward Looking Infrared (FLIR) Common Modules required for repair/r eplacement purposes in US Army systems and platforms. The government possesses military specifications/drawings that describe performance/dimensional requirements of these devices. Requirements could reach 7,750 devices over the life of the contract, and with demanding monthly production deliveries beginning as soon as 90 D AC of up to 60-80 each of the OR-336 Cooler-Dewar Group, along with simultaneous deliveries in lesser quantities of the other devices on contract. Each respondent to this survey will be expected to demonstrate that it possesses the production and technica l capabilities to satisfy such requirements. Respondents are cautioned that the Government does not possess information beyond that contained in cited specifications and drawings, and is not capable of offering technical assistance. First article qualification requirements will be imposed for new suppliers. The Government proposes to award a 5-year, Indefinite Quantity/Indefinite Delivery (IDIQ) contract to procure cited requirements. Interested sources are requested to provide written responses by 11 August 2006, to CECOM IEW/S Directorate, ATTN: AMSEL-LC-IEW-N- TI (Robert Maltz), Bldg. 1201, Fort Monmouth, NJ 07703. Identification of the contractor as a Large or 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 it possesses, or shall possess, adequate production plant facilities (equi pment, tooling, and space) to enable it, or its subcontractors, to meet cited production delivery requirements for these items. All technical questions should be addressed to Robert Maltz (732) 532-5539, email address: robert.maltz@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
- Zip Code: 07703-5008
- Record
- SN01098558-W 20060728/060726221304 (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 |