Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 22, 2006 FBO #1791
SOLICITATION NOTICE

16 -- Dual Stabilator Controller (DSC)

Notice Date
10/20/2006
 
Notice Type
Solicitation Notice
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument 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-07-R-C001
 
Response Due
11/6/2006
 
Archive Date
1/5/2007
 
Small Business Set-Aside
N/A
 
Description
Synopsis W15P7T-07-R-C001 The United States Army Communications-Electronics Life Cycle Management Command (C-E LCMC), Fort Monmouth, NJ 07703, intends to procure hardware and repair services for the Communications and Electronics Life Cycle Management Command (CE-LCMC), Logistics a nd Readiness Center (LRC), Command and Command and Control Systems/Avionics (CCS/Avionics) Directorate for the acquisition of Dual Stabilator Control (DSC) utilizing a five year, Firm Fixed Price, Indefinite Delivery, Indefinite Quantity contract. The ant icipated effort is intended to be sole source to Hamilton Sundstrand (Hamilton), 1 Hamilton Road, Windsor Locks, Connecticut 06096. The DSC will possess extensive fault detection functions for its associated hardware, processors, sensors, and actuators th rough its Built-In-Test capabilities. The use of the DSC on UH-60A/L Blackhawk helicopters will result in replacement of two boxes with a single box, retention of all existing functionality provided by the AM-7106E/A Stabilator Amplifier, and enhanced capa bilities at reduced costs and significantly improved reliability. The Mean-Time-Between-Failure rate for the DSC is expected to be 10,000 hours, which is 30 times higher than the existing AM-7106E/A Stabilator Amplifier. The Government is pursuing overlapping development/production efforts in order to minimize delays in fielding the DSC because of the critical need to reduce sustainment costs and increase equipment reliability. Despite the existence of a performance specif ication, no other source could meet the Governments requirements without significant time and financial investments. The NAICS code for this procurement is 334511 with the corresponding small business size standard of 750 employees. The proposed action is for an estimated quantity of 1800 units over the life of the contract. The contractor must meet a delivery schedul e of 100 units 360 days after contract award, and 100 per month thereafter until completion. Inspection and Acceptance will be at source. Items shall be shipped FOB Destination. The solicitation number assigned to this effort is W15P7T-07-R-C001 and will be issued on or about 6 November 2006. The estimated award date of this procurement is 16 January 2007. All responsible sources may submit a proposal which shall be considered by the agency. Please contact Mark Junda, mark.junda@mail1.monmouth.army.mil , 732-532-8344, with any questions or concerns. The US Army C-E LCMC has established the IBOP website as part of the Armys Single Face to Industry, to allow electronic posting of Solicitation for Request for Proposals (RFPs), Request for Quotations (RFQs), and Invitations for Bids (IFBs) from C-E LC MC to industry. All parties interested in doing business with C-E LCMC are invited to access, operate, send and receive information from the IBOP at https://abop.monmouth.army.mil. See Numbered Notes 22 and 26.
 
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
SN01168791-W 20061022/061020220659 (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.