SOURCES SOUGHT
58 -- Spares for RADIAC systems
- Notice Date
- 5/20/2010
- Notice Type
- Sources Sought
- Contracting Office
- CECOM Contracting Center (CECOM-CC), ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
- ZIP Code
- 07703-5008
- Solicitation Number
- MARKET-SURVEY-4851-1
- Response Due
- 6/19/2010
- Archive Date
- 8/18/2010
- Point of Contact
- Harold Schwake, 000-000-0000
- E-Mail Address
-
CECOM Contracting Center (CECOM-CC)
(harold.schwake@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- FOR MORE INFORMATION CONTACT:Neeta Jonchhe, shrestha.jonchhe@us.army.mil, 410.417.0443 Sources sought for several spare parts for RADIAC systems This is a market survey to locate potential sources of supply for eighteen (18) spare parts to support the AN/VDR-2, AN/UDR-13, AN/PDR-75, and AN/PDR-77 RADIAC systems. RADIAC systems detect and measure radiation. The potential sources of supply must be able to provide ALL eighteen spare parts. The list of required parts is shown below: The government intends to purchase these spares over a multi-year period to extend to approximately 2016 timeframe. The majority of the items would be required to undergo First Article Testing (FAT) in accordance with the applicable Performance Specification. The majority of the parts would be required to be delivered to New Cumberland Army Depot. Interested sources must send the following information, NLT 19 June 2010, to CECOM ESA Directorate, ATTN: RDER-PRA-CA (Neeta Jonchhe), Bldg E2445, APG Edgewood MD 21010, or email response to shrestha.jonchhe@us.army.mil; "Minimum order quantity needed to produce the item(s). "Best estimated delivery schedule with and without (if applicable) performing First Article Testing (FAT) to include rate per month and number of months lead time from contract award. "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. "For both Large and Small Businesses, identify the percentage of the work that would be performed in-house and the percentage that would be contracted out (identifying small or large business) for each of the NSNs. This shall be provided in spreadsheet format addressing columns for Item Name, NSN, Part Number, % In-House, %Contracted Out Small Business, % Contracted Out Large Business. "Past Performance for these or similar items, either Government or commercial application. For each of the NSNs, the contractor shall submit their part number, NSN, or nomenclature and the date of the last manufacturing effort of the 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 shall cite the U.S. Government security level that they currently hold. "The contractor must provide information to show that he possesses adequate production plant facilities (equipment, tooling, and space) to enable him, or his subcontractors, to produce these items in the spreadsheet below, at the contractors best estimated delivery schedule (to include rate per month and number of months lead time from contract award). All technical questions should be addressed to Ms. Neeta Jonchhe, 410.417.0443, email address shrestha.jonchhe@us.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/2ca55c621d368af6e686113e48e5e859)
- Place of Performance
- Address: CECOM Contracting Center (CECOM-CC) ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
- Zip Code: 07703-5008
- Zip Code: 07703-5008
- Record
- SN02156028-W 20100522/100520235740-2ca55c621d368af6e686113e48e5e859 (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 |