Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 24, 2007 FBO #1916
SOLICITATION NOTICE

58 -- Market Survey for Extension of IDIQ Contract No. W15P7T-06-D-T001

Notice Date
2/22/2007
 
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-3029-1
 
Response Due
3/12/2007
 
Archive Date
5/11/2007
 
Small Business Set-Aside
N/A
 
Description
CONTACT Ms. Nicole Cantave, Electronics Engineer, Mr. Philip Mercurio, Branch Chief, (732) 532-9562, Mr. Christopher Lukeman, Logistician, (732) 427-5298 or Ms. Antoinette Ables, Contract Specialist, (732) 427-1362. This market research/sources sough t notice is to seek and identify potential sources of supply for various sedondary items to support the different configurations of FIREFINDER AN/TPQ-36(V), AN/TPQ-37(V) and AN/TPQ-46 which is the Marine Corps equivalent of AN/TPQ-36(V). These spare items are required by U.S. Army Communications-Electronics Life Cycle Management Command, Intelligence Electronic Warfare & Sensors Directorate, RADARS Division, (formerly FIREFINDER Division), AMSEL-LC-IEW-C-CF, Building 1201E, Fort Monmouth, New Jersey 07703-5000. This action is required to satisfy need to extend a two-year Indefinite Delivery Indefinite Quantity contract awarded to Thales-Raytheon Systems Corporation, on a sole source contract, for six (6) months and to incre ase the ceiling price by $78.5M. Contract requirements consist of: Procurement of Spare Secondary Items, Testing, Repair, Overhaul/Rebuild, RECAP, RESET of these aforementioned systems in addition to Technical, Engineering and Fielding support services for these systems are all included as a package under this contract. Firm commitment to contract delivery schedule is extremely critical. The Government cannot guar antee availability of an end item to supply as Government Furnished Property for qualification testing purposes. Additionally, the Government does not currently possess detailed Level III Technical Drawing Package adequate for production, nor complete det ailed performance specifications or repair, performance and integration testing documentation for competitive procurement of these spare items. Be aware that some of these individual spare items will require End Item Testing. A listing of these items can be obtained by submitting an inquiry to any of the Points of Contact (POCs) listed below. Potential suppliers interested in satisfying the Government's requirements as a package must so indicate by writing to the address noted above or the listed contractual POCs for this announcement. Response must include supporting documentation such as production samples, item performance specifications and associated engineering and production drawings, final acceptance test procedures and test results, end item specification, and proof of ability to comply with Government's delivery schedule for each item. In addition, potential sources must comply with the following requirements: 1. Identification of contractor as a Large or Small Business and type (HUBZone, 8(a), Women-Owned or Non-Disadvantaged); 2. Identify percentage of work that would be contracted and p ercentage to be performed in-house for each NSN; 3. Past Performance for NSNs identified and/or similar NSNs and date of last manufacturing effort for these items; also provide Government contract number if applicable. 4. Provide information to demonstrate adequate production facility and resources (equipment, tooling, space, etc.) are available to successfully perform and satisfy the Governments requirements.5. Provide current quality standard certification and quality standard that would be in-place for contractual efforts. For all questions or for any additio nal information, you may contact one of the follwoing POCs: Nicole Contave or Mr. Philip Mercurio, Commercial # (732) 532-9562, DSN: 992-9562, Christopher Lukeman (732) 427-5298, DSN: 987-5298, or Antoinette Ables, Contract Specialist, (732) 427-1362, DS N: 987-1362. EMAIL ADDRESS: philip.mercurio@mail1.monmouth.army.mil; nicole.cantave@mail1.monmouth.army.mil; shirley.kapetanakis@mail1.monmouth.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
SN01236972-W 20070224/070222220936 (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.