Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 22, 2007 FBO #2034
SOLICITATION NOTICE

58 -- Sources Sought Announcement for the Procurement of Repair and Maintenance of the AN/PVS-10(V)1, 5855-01-410-8979, Sight, Night Vision, Sniper Scope (SNS) and AN/PVS-10(V)2, 5855-01-499-1239 Sight, Night Vision, Sniper Scope.

Notice Date
6/20/2007
 
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-4006-1
 
Response Due
7/10/2007
 
Archive Date
9/8/2007
 
Small Business Set-Aside
N/A
 
Description
CONTACT Point of Contact; Adam Butryn, 732-427-1008. Repair and Maintenance of AN/PVS-10(V)1, 5855-01-410-8979, Sight, Night Vision, Sniper Scope (SNS) and AN/PVS-10(V)2, 5855-01-499-1239 Sight, Night Vision, Sniper Scope. This is a market survey to locate potential sources of repair and maintenance for the AN/PVS-10(V) family of day/night scopes. The AN/PVS-10 SNS system is an integrated day/night weapon system providing both day and night firing capabilities in a single sight. The SNS is used on the M24 rifle for the Army and the M40A3 rifle with the Marine Corps. Typ ically, night sights are only used for operations at night and as such have only a night channel. Operation in the daytime would require removal of the night sight and installation of a day scope. This would require alignment each time a sight is removed and re-installed. Alignment is critical to sniper weapon accuracy for both day and night operations. The SNS is an integrated day and night sight and thus eliminates the need for changing sights between day and night operations. The govern ment is seeking interested sources for the Repair and Maintenance of the AN/PVS-10(V) family of day/night scopes. The government intends to purchase these services using an indefinite quantity/indefinite delivery (IDIQ) contract over a five-year period. Re spondents must have extensive knowledge of the AN/PVS-10(V) system. Potential offerors will be responsible for turning the nonfunctional components received from the government into ones which meet the most current operation form, fit, and function as call ed out by applicable technical data within a repair cycle time of thirty (30) days. This effort also requires the maintenance of a parts inventory sufficient to support the aforementioned repair cycle time. Depot Maintenance Work Requirements (DMWRs) do n ot exist for this equipment. A complete technical data package was never procured and therefore is unavailable. The Government will not provide any test equipment or facilities for this effort. Any interested sources must send the following information, NLT 10 July 07, to C-E LCMC IEW/S Directorate, ATTN: AMSEL-LC-IEW-N-II (Adam Butryn), Bldg. 1201, Ft. Monmouth, NJ 07703 or e-mail to adam.butryn@us.army.mil. 1) Identification of the contractor a s a Large or a Small Business. If a Small Business, please identify as an 8(a), HUBZone, Disadvantaged, Women-Owned, or non-disadvantaged. 2) Past Performance for these or similar items. The contractor shall submit their part numbers, NSN, or nomenclature and the date of the last manufacturing effort of the same or similar items for which they have production experience. Government contract numbers, if applicable, shall be provided. 3) The contractor shall cite the quality standard (either Government or In dustry) that shall be in place for this effort. 4) The contractor must provide information to show that he possesses, or shall possess, adequate experience, knowledge, production plant facilities (equipment, tooling, and space) to enable him, or his subcon tractors, to support this item. All technical questions should be addressed to Adam Butryn (732) 427-1008, email address: adam.butryn@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
SN01323759-W 20070622/070620221652 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.