Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 07, 2006 FBO #1684
SOLICITATION NOTICE

58 -- Compatibility Market Survey for the Goggle Connector Assembly p/o TS-3895 AUV Test Set.

Notice Date
7/5/2006
 
Notice Type
Solicitation Notice
 
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-8089
 
Response Due
7/14/2006
 
Archive Date
9/12/2006
 
Small Business Set-Aside
N/A
 
Description
CONTACT Point of Contact: Daniel McClendon (732) 532-6241. Goggle Connector Assembly p/o TS-3895 AUV Test Set. *This is not a solicitation. This is only an estimate and will not bind the contractor or the Government in any way or at any time into a c ontract with any of the specified terms below. This is a compatibility market survey to locate potential sources of supply for the Goggle Connector Assembly, NSN 5855-01-151-4212, drawing number 5003265. The Goggle Connector Assemblies provide an electrica l connection from the test set to the Night Vision Goggles (NVGs). The cords are stored in a nylon bag, secured to the underside of the case lid. The Test Set is a hand-held, battery-powered unit for field-testing Night Vision Devices (NVDs).It is used t o check the optical performance at both low and high light levels to determine the operational readiness of an NVD. The government intends to purchase this part using an indefinite quantity/indefinite delivery (IDIQ) contract over a five-year period. The f ollowing information provides a range breakout. The specified ranges of the Goggle Connector Assembly will apply to all five (5) years of this contract as follows: Range A: 25-100; Range B: 101-250; Range C: 251-500. If First Article Testing (FAT) is requi red, the Goggle Connector Assembly (NSN: 5855-01-151-4212) shall be provided, within 180 days after contract award, at a rate of 50 units/month thereafter until completion. If FAT requirements are waived, the Goggle Connector Assembly shall be provided, wi thin 150 days after award, at a rate of 50 units/month thereafter until completion. If FAT is required, a FAT plan and FAT report must be provided and approved by the Government prior to the manufacture and delivery of the Goggle Connector Assembly. The dr awings will be posted on the Interactive Opportunities Web Page (IBOP). The U.S. Army C-E LCMC has established the IBOP website as part of the Armys Single Face to Industry (ASFI), to allow electronic posting of Solicitations for Requests for Proposals (R FPs) and Invitations for Bids (IFBs) from C-E LCMC to Industry. All parties who are interested in doing business with C-E LCMC are invited to access the drawings from the IBOP at https://abop.monmouth.army.mil. You may access potential C-E LCMC Business Op portunities by simply selecting C-E LCMC Comm. Elec. Comm. Active, under the heading CECOM  Market Research, Logon & View by Army Contracting Activity, and then click on GO. You can register for a User ID and Password under USER SERVICES, New User Registr ation, on the right side of the screen. Any interested sources must send the following information, NLT 14 Jul 06, to C-E LCMC IEW/S Directorate, ATTN: AMSEL-LC-IEW-N-II (Daniel McClendon), Bldg. 1201, Ft. Monmouth, NJ 07703 or e-mail to daniel.mcclendon1@ us.army.mil: It is imperative that the contractor provide a price estimate for hardware and first article testing in accordance with the range quantities above. The contractor shall also provide an estimate of his best delivery schedule. The contractor mus t provide information to show that he possesses, or shall possess, adequate production plant facilities (equipment, tooling, and space) to enable him, or his subcontractors, to produce this item. Identification of the contractor as a Large or a Small Busin ess. If a Small Business, please identify as an 8(a), HUBZone, Disadvantaged, Women-Owned, or non-disadvantaged. Past Performance for these or similar items. The contractor shall submit their part numbers, NSN, or nomenclature and the date of the last man ufacturing effort of the same or similar items for which they have production experience. Government contract numbers, if applicable, shall be provided. The contractor shall cite the quality standard (either Government or Industry) that shall be in place f or this effort. All technical questions should be addressed to Daniel McClendon (732) 532-6241, email address daniel.mcclendon1@us.army.mil
 
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
 
Record
SN01082962-W 20060707/060705225423 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.