Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 13, 2001 PSA #2892
SOLICITATIONS

58 -- THERMAL IMAGING SUBSYSTEM (TIS) COMPONENTS, PART OF THE HTI SECOND GENERATION FLIR

Notice Date
July 11, 2001
Contracting Office
U.S. Army CECOM, CECOM Acquisition Center, Fort Monmouth, NJ 07703-5008
ZIP Code
07703-5008
Solicitation Number
DAAB07-01-R-J526
Point of Contact
Deborah J. Gilligan, Contracting Officer, 732-532-5454 -- Carol Wheeler, Contract Specialist, 732-532-1070
E-Mail Address
Contract Specialist E-Mail Address (carol.wheeler@mail1.monmouth.army.mil)
Description
The U.S. Army Communications Electronics Command (CECOM) is planning the release of a Request For Proposal (RFP) for the acquisition of the Horizontal Technology Integration (HTI) Second Generation Forward Looking Infrared (FLIR) Thermal Imaging Subsystem (TIS) components. This solicitation procures the HTI FLIR TIS Fiscal Year (FY) 02 -- FY04 Production Requirements in support of the Abrams M1A2 System Enhancement Package (SEP) Upgrade and Retrofit Programs. The TIS is the Thermal Subsystem of the Abrams Gunner's Primary Sight (GPS). This solicitation procures only the following parts of the TIS: the Thermal Receiver Unit (TRU), Part Number 19200-12987790; the Auxiliary Power Supply Circuit Card Assembly (CCA), Part Number 19200-12987780; and spare parts associated with these assemblies. The procured TRUs and CCAs will be provided as Government Furnished Material to the Abrams M1A2 SEP program for integration and delivery in production tanks. The TRU and Auxiliary Power Supply CCA shall meet the requirements of their respective performance specifications, MIL-PRF-12978006 and MIL-PRF-12978121, their referenced documents and the Engineering Change Proposals (ECPs) identified in the RFP. It is anticipated that the formal release of the RFP will be in August 2001, with proposals due approximately 30 days later. Acquisition strategy is as follows: (1) Full and Open Competition; (2) One Firm-Fixed Price award will be made; (3) Award will be made on a Best-Value Basis; (4) the Contract will be a Multi-Year Contract, containing two base years (FY02 and FY03) of delivery requirements plus options for additional quantities and spares requirements for three years (FY02, FY03 and FY04). The FY02 and FY03 base requirements are approximately 128 each and 30 each respectively. Option requirements for FY02, FY03 and FY04 are approximately 32 each, 180 each and 260 each respectively. Additional options for "Spare Parts" will be included for varying quantities up to 20 each per year, depending upon the item. Contract award is projected for January 2002, with deliveries beginning in November 2002 with a possible ship to address of Anniston, Alabama and/or Lima, Ohio. The NV-80 B-Kit, per MIL-PRF-A3207380A, shall be provided for integration as Government Furnished Material from a related contract which will be awarded and executed simultaneously with this effort. Successful completion of First Article Testing or Qualification Testing is required prior to Government acceptance of product. The draft RFP is projected for release on the Interactive Business Opportunity Page (IBOP), https://abop.monmouth.army.mil, mid/late July. Due to the requirements involved, this acquisition is classified as SECRET. This classification requires that any potential contractor be cleared for access to SECRET information. All interested contractors possessing a SECRET clearance should forward their "in the clear" address and CAGE Code to US Army CECOM, CECOM Acquisition Center, ATTN: AMSEL-AC-CC-RT-F, Carol Wheeler, Fort Monmouth, NJ 07703-5008, E-Mail Address: carol.wheeler@mail1.monmouth.army.mil.
Web Link
Interactive Business Opportunity Page (IBOP) (https://abop.monmouth.army.mil)
Record
Loren Data Corp. 20010713/58SOL007.HTM (W-192 SN50R4H9)

58 - Communication, Detection and Coherent Radiation Equipment Index  |  Issue Index |
Created on July 12, 2001 by Loren Data Corp. -- info@ld.com