Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 09, 2003 FBO #0526
SOLICITATION NOTICE

59 -- LASER TARGET MARKER

Notice Date
5/7/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
N00164 300 Highway 361, Building 64 Crane, IN
 
ZIP Code
00000
 
Solicitation Number
N0016403R8527
 
Response Due
5/22/2003
 
Archive Date
6/21/2003
 
Point of Contact
Shirley Littrell 8128541947
 
E-Mail Address
Email your questions to point of contact
(littrell_s@crane.navy.mil)
 
Description
SYNOPSIS AND REQUEST FOR INFORMATION. NAVSURFWARCEN Crane Division is requesting MARKET SURVEY information relative to B.E. Meyers P/N 428-UAV-202-102 Laser Target Marker and Raytheon Drawing 4973931 Rev A. The Original Equipment Manufacturer is B.E. Meyers and Co, INC 17525 NE 67th Court, Redmond WA 98052. The Government intends to purchase a minimum quantity of 1 each and maximum quantity of 255 each of CLIN 0001 Laser Target Marker, P/N 428-UAV-202-102 per Raytheon Drawing 4973931 Rev A. It is planned to issue an IDIQ contract with an ordering period of 5 years. Required Delivery of purchased quantity is 90 days after Delivery Order. This will be procured under only one responsible source due to substitution of equipment would violate warranty and there are no other known sources. Delivery FOB Destination- Acceptance at Origin is desired. The primary purpose of this market survey is to obtain comments and questions, if applicable; to establish if the items being procured are considered to be commercial off-the-shelf (COTS) non-developmental item, modified commercial items or non-commercial items; and to determine what terms and conditions are considered standard to industry. The Government intends to award a five-year IDIQ contract with minimum and maximum quantities. It is anticipated that the spares CLIN 0001 will be fixed price. Written comments and questions are requested to be submitted as part of this Market Survey in the format specified below. Offeror is invited to submit written information in response to this synopsis request for information including the following: ROM unit pricing for quantity between range of 1 and 255 and any government discounts available Product Literature or Drawings; Maximum Rate of production per month; Production Lead Time for initial delivery and quantity for initial delivery; Proposed Delivery Schedule per month expressed in terms of days after delivery order award; Term of Standard Warranty Available at no additional cost to the Government; In-House Supportability / In-House capability for contractor Logistics Support; if available Mean Time Between Failures (MTBF); if available Information on training to be provided; if applicable; A summary of any relevant testing vendor has completed (i.e. submersion, shock, etc.) and what platforms were used; if any; Comments / questions / clarifications on this RFI, and drawings, if applicable. Information regarding the Commerciality of the items, services and data to be procured (i.e. if the items are considered by vendor to be COTS or modified commercial items or non-commercial items); Any other terms and conditions not mentioned standard to the industry Define in detail Best Commercial Practice for packaging, which will be utilized by your company. If you are an interested potential source, respond in writing to e-mail Littrell_S@crane.navy.mil NLT 4:00 p.m. 22 May 2003. Responses should include information to address the requirements listed above. Information submitted will not be returned to the source. This notice is a synopsis, does not constitute a Request for Proposal (RFP) and it is not a commitment by the U.S. Navy to procure subject equipment.
 
Web Link
to download synopsis
(http://www.crane.navy.mil/supply/synop/03R8527.htm)
 
Record
SN00319695-W 20030509/030507213632 (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  © 1994-2020, Loren Data Corp.