Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 22, 2003 FBO #0447
SOLICITATION NOTICE

58 -- Spares for AN/AVS-6, AN/PVS-7B/D and AN/PVS-14 and Generation II and III Image Intensifier Tubes

Notice Date
2/20/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Communications-Electronics Command, CECOM Acquisition Center, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
 
ZIP Code
07703-5008
 
Solicitation Number
MARKET-SURVEY-0087
 
Archive Date
5/20/2003
 
Point of Contact
Terry Traino, (732) 532-8867
 
E-Mail Address
Email your questions to US Army Communications-Electronics Command, CECOM Acquisition Center
(Theresa.K.Traino@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA CONTACT: Point of Contact ? Susan Weir, 732-427-5722. Spares for Night Vision Systems. This is a market survey to locate potential sources of supply for thirty five (35) varieties of spare parts to support the AN/AVS-6, AN/PVS-7B/D and AN/PVS-14 night vi sion systems. This is also to locate potential sources for Generation III image tubes and Generation II/III Tube and Magnifier assemblies. The list of parts can be obtained at https://abop.monmouth.army.mil, under Solicitation Number of DAAB07-03-R-A626. The AN/AVS-6, Aviator?s Night Vision Goggle, is a helmet mounted twin tube image intensified night vision system that allows a pilot to fly in moonlight or starlight conditions. The AN/PVS-7B/D are 18mm GEN III single tube night vision goggles that are intended for ground use. The AN/PVS-14, Monocular Night Vision Device, is a monocular image intensifier device designed for the individual soldier. The GEN III Image Intensifier Tubes consist of a high efficiency photocathode bonded to a fiber optic face plate, a microchannel plate current amplifier, and a phosphor screen. The government intends to purchase these spares over a 5 year period with an estimated maximum contract quantity as shown in the listing of parts. The majority of the items would be re quired to undergo First Article Testing, to include, in most cases, Group A, B and C tests. The Image Intensifier Tubes would also be required to undergo Group D, reliability tests. The majority of the parts would be required to be delivered to New Cumbe rland and San Joaquin Army Depots. The delivery schedules are as shown with and without First Article Testing (FAT) in the listing of parts where the first number in the column is the number of months after a delivery order is placed for delivery to comme nce and the second number is the monthly rate of delivery. Any interested sources must send the following information, NLT 21 March 03, to CECOM IEW/S Directorate, ATTN: AMSEL-LC-IEW-N-II (Susan Weir), Bldg. 1201, Ft. Monmouth, NJ 07703 or email response t o susan.weir@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, or non-disadvantaged. For both Large and Small Businesses, identify the per centage 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 THIRTY FIVE NSNs. This shall be provided in spreadsheet format addressing columns for Item Name, NS N, 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 THIRTY THREE NSNs, the contractor shall submit their pa rt 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 Gov ernment or Industry) that shall be in place for this effort. 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 . All technical questions should be addressed to Ms. Susan Weir, (732) 427-5722, email address susan.weir@us.army.mil. Contractual questions, shall be addressed to the Contract Specialist, Mr. Anthony Manfredi, at (732) 427-1612, e-mail anthony.manfredi@mail1.monmouth.army.mil, or to the Contracting Officer, Mr. Thomas McConnell, (732) 532-5486, email address thomas.mcconn ell@mail1.monmouth.army.mil. EMAIL ADDRESS: susan.weir@us.army.mil
 
Place of Performance
Address: US Army Communications-Electronics Command, CECOM Acquisition Center ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
Zip Code: 07703-5008
Country: US
 
Record
SN00262270-W 20030222/030220213527 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.