Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 08, 2006 FBO #1747
SOLICITATION NOTICE

58 -- Synopsis for the LS-671/VRC Loudspeaker, Loudspeaker Cover, Loudspeaker Case, Battery Box CY-8523A/PRC, Battery Box CY-8523C/PRC, and Battery Box CY-8515/ARC201

Notice Date
9/6/2006
 
Notice Type
Solicitation Notice
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
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
W15P7T-06-R-N205
 
Response Due
9/20/2006
 
Archive Date
11/19/2006
 
Small Business Set-Aside
Total Small Business
 
Description
The US Army Communications-Electronics Life Cycle Management Command (C-E LCMC) plans to solicit and award one or more contract(s) for the Loudspeaker LS-671/VRC (Loudspeaker, NSN: 5965-01-222-1420), Loudspeaker Cover (Cover, NSN: 5965-01-348-5989), Loudspeaker Case (Case, NSN: 5965-01-348-5996), Battery Box CY-8523A/PRC (NSN: 6160-01-284-4200), Battery Box CY-8523C/PRC (NSN: 6160-01-424-8514), and Battery Box CY-8515/ARC201 (NSN: 6160-01-266-7596) [Battery Boxes]. First Article Testing (FAT) and E lectromagnetic Interference (EMI) Testing will be required for this procurement. A 60/40 split between two contractors is planned, assuming the Government receives at least two acceptable proposals. The Government reserves the right to award to only one offeror. The contract(s) will be a five-year, Firm-Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) type contract. The guaranteed minimum purchase amount is $2.9M. Solicitation W15P7T-06-R-N205 for the Loudspeaker, Cover, Case, and Batte ry Boxes will be issued on or about 20 September 2006. All responsible sources may submit a proposal, which shall be considered by this agency. This Best Value acquisition will focus on Technical, Price, and Past Performance. The technical aspect is divided amongst Delivery Schedule/Surge Capability and Manufacturing and Performance/Operation. The following information provides total year data with range breakout. The specified ranges of the individual NSNs will apply to all five (5) years of this contract as follows. Quantities may vary due to demand. NSN 5965-01-222-1420, Loudspeaker, Rang e A 1,000 to 3,000, Range B 3,001 to 20,000, Range C 20,001 to 40,000; NSN 5965-01-348-5989, Cover, Range A 100 to 500, Range B 501 to 3,000, Range C 3,001 to 5,000; NSN 5965-01-348-5996, Case, Range A 100 to 500, Range B 501 to 3,000, Range C 3,001 to 5,0 00; NSN 6160-01-284-4200, Battery Box, Range A 500 to 1,000, Range B 1,001 to 2,000, Range C 2,001 to 3,700; NSN 6160-01-424-8514, Battery Box, Range A 500 to 1,000, Range B 1,001 to 2,000, Range C 2,001 to 3,100; NSN 6160-01-266-7596, Battery Box, Range A 100 to 300, Range B 301 to 500, Range C 501 to 1,300. The Government is providing the following baseline schedules: Item, Quantity With FAT (Days After Contract); Quantity Without FAT (Days After Contract); Subsequent Delivery Quantity Each Month Until Complete: LS-671 Loudspeaker, 1,000 units (240 DAC); 1,000 units (120 DAC); 2,000 units. Loudspeaker Cover, 100 units (270 DAC), 300 units (300 DAC), 300 units (330 DAC); 100 units (150 DAC), 300 units (180 DAC), 300 units (210 DAC); 500 units. Loudspeaker Case, 100 units (270 DAC), 300 units (300 DAC), 300 units (330 DAC); 100 units (150 DAC), 300 units (180 DAC), 300 units (210 DAC); 500 units. CY-8523A Battery Box, 300 units (180 DAC), 300 units (210 DAC); 300 units (90 DAC), 300 units (120 DAC); 600 units. CY-8523C Battery Box, 300 units (180 DAC), 300 units (210 DAC); 300 units (90 DAC), 300 units (120 DAC); 600 units. CY-8515 Battery Box, 300 units (180 DAC), 300 units (210 DAC); 300 units (90 DAC), 300 units (120 DAC); 600 units. 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 Loudspeaker, Cover, Case, and Battery Boxes. Improvement upon these baseline delivery schedules is encouraged and w ill be evaluated as part of the Best Value process. In addition to the proposed baseline delivery schedule, the Government will incorporate a second delivery schedule, which will be an accelerated delivery schedule of 25% upon the proposed baseline delivery schedule. This means that each NSN will contain t wo delivery schedules, with the 25% accelerated delivery schedule issued at the discretion of the Government on a per delivery order basis. This procurement is a 100% Small Business Set-Aside. The North American Industry Classification Systems (NAICS) code is 334220 and the small business standard is 750 employees. Military packaging will be in accordance with the Statement of Work (SOW) and any additional provided specifications/ drawings. Inspection and Acceptance will be Origin and Shipping will be Destination. Please contact the Contract Specialist for the drawings, which are available as ZIP files. All items ordered will be shipped to the following DODAAC: W25G1U; XU Transportation Officer DDSP New Cumberland Facilities, 2001 Mission Drive Door 113 134, New Cumberland, PA? 17070-5001. The US Army C-E LCMC has established the Army Single Face to Indu stry Interactive Business Opportunities Page (ASFI/IBOP) Website to allow electronic transmittal of Requests For Proposals (RFPs). All interested parties in doing business with C-E LCMC are invited to access, operate, send, and receive information from th e ASFI/IBOP at http://abop.monmouth.army.mil. This synopsis will also be available for viewing on the ASFI/IBOP. The solicitation will be posted to this same site. You must be a registered user in order to access C-E LCMC Business Opportunities. Registra tion for User ID and Password can be achieved by clicking on the User Registration link on the IBOP main page. Please contact the IBOP Help Desk at 732-532-5246 or 732-532-1840 for assistance.??Questions regarding requirements for this effort should be made to the Contract Specialist, Steven Foster at 732-427-1528, or via email steven.foster@mail1.monmouth.army.mil. FedBizOps Numbered Note 1 applies to this synopsis. Numbered Notes can be viewed at http://www.fbo.gov/Numbered_Notes.html.
 
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
SN01135305-W 20060908/060906230100 (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.