SOLICITATION NOTICE
58 -- 58 Night Vision Test Set TS-3895A
- Notice Date
- 10/1/2008
- Notice Type
- Presolicitation
- Contracting Office
- Department of the Army, U. S. Army Materiel Command, US Army C-E LCMC Acquisition Center - DAAB07, 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-4305-1
- Response Due
- 10/31/2008
- Archive Date
- 12/30/2008
- Point of Contact
- Robin Turner, 732-532-2109<br />
- Small Business Set-Aside
- N/A
- Description
- Night Vision Test Set TS-3895A This is a market survey to locate potential sources of supply for the TS-3895A Test Set. The buy, NSN 6625-01-301-6894, will be in accordance to MIL-PRF-49316A and the following drawing: A3134100. The technical data is available upon request. Updated versions will be done at a later date. The 3895 Test Set is used for testing of proper operation for the AN-PVS-5C, AN-PVS-7A, AN-PVS-7B-D, AN-PVS-14, and AN-AVS-6(V) Night Vision Devices (NVDs). The government intends to purchase this unit using an indefinite quantity-indefinite delivery (IDIQ) contract over a multi-year period. Any interested sources must send the following information, NLT 31 Oct 08, to CECOM LCMC IEW-S Directorate, ATTN: AMSEL-LC-IEW-N-II (Carmela R. Wilson-Styles), Bldg. 1201, Ft. Monmouth, NJ 07703 or e-mail to carmela.wilsonstyles@us.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, Veteran-Owned, non-disadvantaged, etc. "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. "Quality Standard. The contractor shall cite the quality standard (either Government or Industry) that shall be in place for this effort. "Production Facility. The contractor must provide information to show that THEY possesses, or shall possess, adequate production plant facilities (equipment, tooling, and space) to enable THEM, or THEIR subcontractors, to produce this item. "Projected Milestone Chart. The contractor must provide a projected milestone chart from contract award to delivery. Please note: First Article Testing (FAT) will be required of the contractor. NO EXCEPTIONS. All technical questions should be addressed to Carmela R. Wilson-Styles (732) 532-1046 email address carmela.wilsonstyles@us.army.mil. EMAIL carmela.wilsonstyles@us.army.mil
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=03f9ba8935ba97fa6b606402e7762ef4&tab=core&_cview=1)
- Place of Performance
- Address: US Army C-E LCMC Acquisition Center - DAAB07 ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ<br />
- Zip Code: 07703-5008<br />
- Zip Code: 07703-5008<br />
- Record
- SN01686951-W 20081003/081001223008-03f9ba8935ba97fa6b606402e7762ef4 (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 |