SOLICITATION NOTICE
58 -- Comparability Market Survey, Eyepiece Assembly P/O AN/VVS-2(V) Viewer Drivers Night Vision.
- Notice Date
- 6/20/2007
- 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-4008-1
- Response Due
- 7/13/2007
- Archive Date
- 9/11/2007
- Small Business Set-Aside
- N/A
- Description
- CONTACT Point of Contact; Dwight DeButts, 732-532-1046. Comparability Market Survey, Eyepiece Assembly P/O Viewer Drivers Night Vision, AN/VVS-2. *This is not a solicitation. This is only an estimate and will not bind the contractor or the Governm ent in any way or at any time into a contract with any of the specified terms below. This is a market survey to locate potential sources of supply for the Eyepiece Assembly, NSN 5855-01-433-7009, drawing numbers SM-D-771327-2 and Specification MIL-PRF-4914 7D. The eyepiece is mounted to and is part of the Viewer, Drivers Night Vision AN/VVS-2(V). The U.S. Army is seeking to identify vendors with the capability to provide this item in accordance with C-E LCMC drawings and specification. The government intend s to purchase this part using an indefinite quantity/indefinite delivery (IDIQ) contract over a five-year period. The following information provides a range breakout. The specified ranges of the Housing Assembly Eyepiece will apply to all five years of thi s contract: Ranges: The following Price Ranges are requested for this item: Range A: 50-250; Range B: 251-1000. First Article Test (FAT) is required; the Eyepiece Assembly shall be provided, within 180 days after contract award, at a rate of 25 each; then at a minimum monthly rate of 50 each month thereafter until completion. If FAT requirements are waived, the Housing Assembly Eyepiece shall be provided within 120 days after contract award, at a rate of 25 each; then at a monthly rate of 50 each month the reafter until completion. If FAT is required, a FAT plan and FAT report must be provided and approved by the Government prior to the manufacture and delivery of the Eyepiece Assembly. The drawings will be posted on the Interactive Opportunities Web Page ( IBOP). The U.S. Army C-E LCMC has established the IBOP website as part of the Armys Single Face to Industry (ASFI), to allow electronic posting of Solicitations for Requests for Proposals (RFPs) and Invitations for Bids (IFBs) from C-E LCMC to Industry.Al l parties who are interested in doing business with C-E LCMC are invited to access the drawings from the IBOP at https://abop.monmouth.army.mil.You may access potential C-E LCMC Business Opportunities by simply selecting C-E LCMC Comm. Elec. Comm. Active, under the heading CECOM Market Research, Logon & View by Army Contracting Activity, and then click on GO. You can register for a User ID and Password under USER SERVICES, New User Registration, on the right side of the screen. Any interested sources, please send the following information, NLT 13 July 2007, to C-E LCMC IEW/S Directorate, ATTN: AMSEL-LC-IEW-N-II (Dwight DeButts), Bldg. 1201W, Ft. Monmouth, NJ 0 7703 or e-mail to dwight.debutts@us.army.mil. 1) The contractor must provide a price estimate for hardware, drawing updates and first article testing in accordance with the range pricing above. The contractor shall also provide an estimate of his best deli very schedule. 2) The contractor must provide information to show that he possesses, or shall possess, adequate production plant facilities (equipment, tooling, and space) to enable him, or his subcontractors, to produce this item. 3) 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. 4) 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. 5) The contractor shall cite the quality standard (either Gov ernment or Industry) that shall be in place for this effort. All technical questions should be addressed to Dwight DeButts (732) 532-1046, email address: dwight.debutts@us.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
- SN01323758-W 20070622/070620221651 (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 |