Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 24,1998 PSA#2165

U.S. Army Aviation and Missile Command, Acquisition Center, Bldg 4488, Redstone Arsenal, AL 35898-5280

12 -- DETECTING SET, INFRA SOL DAAH23-98-R-0406 DUE 101998 POC Kim newman, Contract Specialist, AMSAM-AC-AL-A, 256-876-3813, Donna Willard, Contracting Officer, 256-876-1510 E-MAIL: Click here to contact contract specialist., knewman@redstone.army.mil. NOUN: DETECTING SET, INFRA; NSN 1270-01-418-2512; APN 350023-001; to be procured as a Basic requirement with five (5) option years for assets required during fiscal years 1999 through 2003. The known requirement is for 52 each and the projected option quantities FY 1999 -- 2003 will be a minimum of thirty (30) each and a maximum of seventy-five (75) each per option year. Options will be exercised as requirements materialize. Inspection/Acceptance Points: Origin; Inspection Requirement: FAR 52.246-2, FAR 52.246-11, ISO 9002 or equivalent; Selection/Terminology/Calibration: ISO 8402 (Terminology); and ANSI/NCSL Z540-1-1994 or ISO 10012-1:1992 (Calibration) (USAATCOM 52.246-4002); Packaging: A/B MIL-E-55585 (DWG No. 350023); Bar Code Marking Required; Marking of Shipments: The Contractor shall mark all shipments under this contract IAW the edition of MIL-STD-129, "Marking for shipment and storage" in effect as of the date of the solicitation. FOB Point: Destination; DESTINATIONS to be Distribution Depot San Joaquin, Stockton, CA, Trans Ofc, Texarkana, TX, and DDSP New Cumberland Facility, New Cumberland, PA. Delivery schedule 180 days or earlier after contract award. Best possible delivery requested. Offeror(s) must be approved and qualified. The Government does not possess sufficient documentation, to acquire from other than the qualified sources. A technical data package which defines all engineering and quality requirements is not available. This proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one, or a limited number of sources. Suggest that small business firms or others interested in subcontracting opportunities in connection with this procurement, make contact with the firm(s) listed. RFP will be issued to Lockheed Martin Infrared Imaging Systems, 2 Forbes, Lexington, MA 02173, Northrop Grumman, 600 Hicks Road, Rolling Meadows, IL 60008 and AEG Infrarot-Module Gmbh, Theresienstrasse 2 D-74072, Heilbronn, Germany. All responsible sources may submit a bid, proposal or quotation which shall be considered by this agency. Request solicitation package from address above, AMSAM-AC-AL-A, FAX 256-842-6108. The most recent representative unit price and quantity relative to this acquisition is: DAAH01-94-C-S110, Awd Date 2 Jun 94, Qty 24, Unit Price: $10,650.00. The price history is provided for informational purposes only and should not be relied upon as a basis for offer/bid. Adequate drawing, specifications or other technical data are not available for this procurement and will not be furnished. Potential offeror(s) are encouraged to pursue qualification for future buys in accordance with MICOM Pamphlet 702-1. Available through Internet. See Numbered Note(s): 22. Commander, U.S. Army Aviation and Missile Command, Acquisition Center, Redstone Arsenal, AL 35898-5280. Posted 08/20/98 (W-SN239595). (0232)

Loren Data Corp. http://www.ld.com (SYN# 0202 19980824\12-0001.SOL)


12 - Fire Control Equipment Index Page