SOURCES SOUGHT
59 -- Sources Sought for Repair of Traveling Wave Tube (TWT) for AN/TPQ-36(V) FIREFINDER Systems
- Notice Date
- 4/4/2006
- Notice Type
- Sources Sought
- Contracting Office
- US Army C-E LCMC Acquisition Center - DAAB07, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
- ZIP Code
- 07703-5008
- Solicitation Number
- MARKET-SURVEY-8997
- Response Due
- 4/26/2006
- Archive Date
- 6/25/2006
- Small Business Set-Aside
- N/A
- Description
- This is a Market Survey to identify additional sources for FIREFINDER AN/TPQ-36(V) Traveling Wave Tube (TWT) overhaul/repair (O/R) services over a contract performance period of up to 5 years. The item is identified by L-3 Comm ETI (formerly Hughes/ Boeing) CAGEC 73293, P/N 1742H, NSN 5960-01-089-3554. The Government will guarantee a minimum quantity estimated at 5 units which will be executed with issuance of the first Delivery Order at time of contract award. Potential services for the remaining c ontract performance period are estimated at 5 to 20 units per year but not guaranteed. Detailed technical data and test/repair documentation will not be supplied by the Army as they are not available. Interested suppliers capable of successfully providin g the required services must so indicate, by writing to U.S. Army Communications-Electronics Life Cycle Management Command, LRC IEW&S Directorate, ATTN: AMSEL-LC-IEW-C-CF, Building 1201E, Ft. Monmouth, NJ 07703-5015. Responses must include the following a t a minimum: 1. Documentation such as test results, test/repair procedures, copy of purchase order(s) if the supplier was a vendor/subcontractor to the listed source or a statement from listed source demonstrating that the supplier can, in fact, successf ully provide this service. 2. Specify maximum period of performance supplier is willing to sign up to, and whether on a Time & Materials or Firm Fixed Price basis. 3. Specify lead times for test & evaluation and minor/major/total overhaul repairs. 4. Past Performance for identified item or similar items specifying part number, NSN, or nomenclature, last manufacturing/production date, in addition to Government contract numbers, if applicable. 5. Specify the quality standard (either Government or Industry) that shall be in place for this effort. 6. Supporting data to show availability of adequate production plant facilities (equipment, tooling, and space) to enable interested source, or its subcontractors, to repair this item and warrant that it will satisf actorily perform in compliance with the purpose intended when used by the Army upon return to serviceability. 7. Specify U.S. Government security level currently held. For more information contact Joseph Rauner, (732) 532-9117 or Mr. Philip Mercurio, (73 2) 532-9562, email: joseph.rauner@mail1.monmouth.army.mil. The deadline for response is April 26, 2006.
- Place of Performance
- Address: US Army C-E LCMC Acquisition Center - DAAB07 ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
- Zip Code: 07703-5008
- Country: US
- Zip Code: 07703-5008
- Record
- SN01020894-W 20060406/060404220943 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |