SOLICITATION NOTICE
59 -- Market Survey for production of AN/TSC - 156 D - Phoenix Terminals
- Notice Date
- 3/31/2009
- Notice Type
- Presolicitation
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- 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
- W15P7T09RG056
- Response Due
- 5/1/2009
- Archive Date
- 6/30/2009
- Point of Contact
- william waterhouse, 732-532-2385<br />
- Small Business Set-Aside
- N/A
- Description
- The U.S. Army CECOM Contracting Center Army Contracting Command and PM WIN-T are conducting a Market Survey. The Government is considering a 5-year IDIQ type contract with a ceiling of $100M, for approximately 30 terminals and an overall ceiling of $ 250M inclusive of other upgrades and field support. The purpose of this market survey is to identify parties interested in taking part in this entire effort as a prime contractor. The Government is considering the award of a contract for the production of AN/TSC-156C, AN/TSC-156D satellite communications terminals, production of up-grade kits to bring AN/TSC-156A and AN/TSC-156B terminals to the AN/TSC-156D configuration and for other to be determined upgrades to enhance performance, decrease life cycle costs or enhance reliability. Furthermore, Time and Materials services for associated engineering and logistical services would be part of the award. The AN/TSC-156( ) terminals are presently fielded worldwide and it will be necessary to upgrade these terminals in their fielded locations. The planned solicitation for terminals and AN/TSC-156D upgrade kits includes only recurring production, fielding and support of up-grade kits and new terminals. The, to be determined, upgrades would require NRE. The AN/TSC-156D, commonly referred to as the Phoenix Terminal, is a Tactical, Quad-band (C, X, Ku and Ka) communications terminal. The terminal is mounted on two fully armored HMMWV trucks and is specified for worldwide environmental conditions. The performance specification can be requested from the Contracting Officer, listed below. This is not intended to be a development program. Interested parties must be prepared to provide complete, compliant qualification test results and evidence of complete manufacturing documentation. To be considered fully qualified a prospective supplier will need to meet the delivery rates for production quantities plus all possible spares/mod kits. Initial production lead time of 12 months ARO and minimum delivery rate of 4 systems per month with all applicable spares are required. The terminals are presently being manufactured by L3 Corporation. No drawings, subcontract specifications, test documentation, or production documentation are available. A prospective contractor will need to obtain rights to the Phoenix drawing package from L3, Salt Lake City, Utah. Interested parties may identify their capability to meet the requirements by submitting: a white paper, technical data relative to existing terminals, qualification and certification test data, logistics documentation, projected schedule (showing lead time, first delivery and delivery rates) and past performance data. This data must be provided to this office no later than 01 May 2009. Only responses received by this date will be considered. This notice of intent is not a request for competitive proposals and no formal solicitation package is available. Solicitation Number W15P7T-09-R-G056 has been assigned to this Market Research/Sources Sought for reference purposes only and does not constitute a solicitation for bids/proposals. The Government does not intend to pay for any information provided under this announcement. Interested sources may identify, in writing, their interest and capability to respond to this requirement to: Annemarie Vasconcelos Contracting Officer; email:annemarie.vasconcelos@us.army.mil or William Waterhouse Contract Specialist; email: William.waterhouse@us.army.mil
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c0eb6bfb85a196f18f1d7350053f24ba&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
- SN01781601-W 20090402/090331220834-c0eb6bfb85a196f18f1d7350053f24ba (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 |