Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 15, 2007 FBO #2210
SOLICITATION NOTICE

59 -- 59 - Market Survey for Electrically Programmable Read-only Memory CCA

Notice Date
12/13/2007
 
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-4094-1
 
Response Due
1/15/2008
 
Archive Date
3/15/2008
 
Point of Contact
Andrea Ferrell, 732-532-5585
 
E-Mail Address
Email your questions to US Army C-E LCMC Acquisition Center - DAAB07
(andrea.ferrell@conus.army.mil)
 
Small Business Set-Aside
N/A
 
Description
CECOM/ Weapons system manager plans to enter into an agreement for production of a unique Processor CCA, used in a weapon system, with production of less than 50 CCA assemblies. Initial production, test and approval of the design must be made without support by standard US Army Test Measurement Diagnostics Equipment Activity-USATA. The required CCA production must be completed while meeting ISO 9000, 9001 and 9002 standards. Quality testing using the latest developed test equipment and software must be conducted by technical personnel who hold a secret clearance. Production and test approval must be completed within in a period of 7 months. The contractor will also be responsible to maintain CCA availability by combating vanishing vendor issues. T he contractor will be asked to maintain an inventory of spares to meet a turn-around time of 48 hours for any failures of the CCA. The USG does not have detailed drawings for the CCA design. The CCA was designed with components that contain proprietary da ta that is the property of the original developer. A list of the components is available on request, but the technical assembly and testing must be completed and approved before production can begin, because detailed design drawings were not purchased. The USG requires that the contractor show an ability to identify CCA failures. All interested parties considering submission in support of this request for production should submit a white paper no greater than 10 pages in length and should include at a minimum the following information: 1) Provide evidence of the contractors facilities and experience with electronic development, production and testing. 2) Provide evidence of past performance on similar projects of the requested work. 3) Respondents should offer white papers on development, production and testing of the latest solid state IC devices. Partial support for some items will not be accepted. This response must address test equipment used. 4) The contractor must s how knowledge of high speed weapon systems and have a past history in processor CCA and software design, with development, production and testing capability. This documentation may be mailed to US Army, Commander CECOM, AMSEL-LC-IEWS-R-GR, Building 1201W, Fort Monmouth, NJ 07703-5211 to the attention of Richard Sturzebecher. Documentation may also be sent to electronic address Richard.sturzebecher@us.army.mil. To be considered as part of the market research database, documentation should be received no later than 15 January 2008. No phone inquire will be accepted either as a response to this action or for information or questions prior to submission of your response. All requests for information must be in writing to the address above. EMA IL-ADDRESS: Richard.sturzebecher@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
 
Record
SN01469590-W 20071215/071213225056 (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.