Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 19, 2004 FBO #1089
SOLICITATION NOTICE

58 -- Biocular Image Control Unit (BICU), part of the Horizontal Technology Integration (HTI) Second Generation Forward Looking Infrared (FLIR) Thermal Imaging Subsystem (TIS).

Notice Date
11/17/2004
 
Notice Type
Solicitation Notice
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
US Army Communications-Electronics Command, CECOM Acquisition Center - DAAB07, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
 
ZIP Code
07703-5008
 
Solicitation Number
W15P7T-05-R-S004
 
Response Due
2/13/2005
 
Archive Date
4/14/2005
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Communications Electronics Command (CECOM) is planning the release of a Request For Proposal (RFP) for the acquisition of the Biocular Image Control Unit (BICU), a part of the Horizontal Technology Integration (HTI) Second Generation Fo rward Looking Infrared (FLIR) Thermal Imaging Subsystem (TIS). This solicitation procures the HTI FLIR BICU Fiscal Year (FY) 05 Production Requirements in support of the Abrams M1A2 System Enhancement Package (SEP) and the M1A1 Abrams Integrated Manageme nt (AIM) Programs. The BICU provides the display and control interface for the TIS, a subsystem of the Abrams Tank Gunner's Primary Sight (GPS). This solicitation procures the BICU Block 0, Part Number 12987770-1; Block 1, Part Number 12991310-1; and, sp are parts associated with these assemblies. The procured BICUs will be provided as Government Furnished Material (GFM) to the Abrams M1A2 SEP and the M1A1- AIM programs for integration and delivery in production tanks. The BICU shall meet the requirement s of the performance specification MIL-PRF-12978041A and its referenced documents including Engineering Change Proposals (ECPs); Block 0 (PM 10-030), BICU Performance Specification (PM 10-033), and Block1 (currently under revision). The ECPs will be iden tified in the RFP. It is anticipated that the formal release of the RFP will be January 2005, with proposals due approximately 30 days later. Acquisition strategy is as follows: (1) One award, Lowest Price-Technically Acceptable with a base quantity of 3 03 units and option quantities of 150 on the base award. (2) The contract will employ option requirements for FY 06 and FY 07 for approximately 300 BICUs for each year. Additional options for Spare Parts will be included for varying quantities up to 60 each per year depending upon the item. All quantities shall begin deliveries 6 (six) months after contract and /or option award and are complete within a 12-month period. The BICU is shipped either to Lima, OH or Anniston, AL. The spares will ship eithe r to New Cumberland, PA or Fort Hood, TX. Contract award is projected for April 2005, with deliveries beginning in October 2005. Successful completion of Initial Production Test (IPT) or Qualification Testing is required prior to Government acceptance o f the product. The draft RFP is projected for release on the Interactive Business Opportunity Page (IBOP), https://abop.monmouth.army.mil, late December 2004. Due to the requirements involved, this acquisition is classified as SECRET. This classification requires that any potential contractor is cleared for access to SECRET information. All interested contractors possessing a SECRET clearance should forward th eir in the clear address, Cage Code, point of contact with title and telephone number, and e-mail address to US Army CECOM, CECOM Acquisition Center, ATTN: AMSEL-AC-CC-RT-F, Joseph Manganaro, Fort Monmouth, NJ 07703-5008, email address: Joseph.Manganaro@m ail1.monmouth.army.mil to verify clearance and be eligible for receipt of information. The solictation specifications contain information that has been designated as Militarily Critical Technical Data. Only businesses that have been certified by the Department of Defense, United States /Canada Joint Certification Office, and have a valid re quirement may obtain a copy of DD From 2345, Militarily Critical Technical Data Agreement. To obtain certification, contact: Commander, Defense Logistics Information Service (DLIS), ATTN: U.S./Canada Joint Certification Office, 74 Washington Avenue Nort h, Battle Creek, MI 49017-3084 or call DLIS at (800) 352-3572. The DLIS United States /Canada joint Certification Lookup service is available via the internet at: http://www.dlis.dls.mil/jcp. Access to the BICU document library on the IBOP shall be gran ted once a certified DD Form 2345 is received. All responsible sources, that meet the above requirements, may submit a proposal, which shall be considered b y the agency. See numbered notes: 8, 9, and 26.
 
Place of Performance
Address: US Army Communications-Electronics Command, CECOM Acquisition Center - W15P7T ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
Zip Code: 07703-5008
Country: US
 
Record
SN00709539-W 20041119/041117212051 (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.