Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 25, 2007 FBO #2159
SOLICITATION NOTICE

58 -- Market Survey for Sources to Provide Supplies and Services for the Joint Surveillance Target Attack Radar System (Joint STARS) Surveillance Control Data Link (SCDL) Ground Data Terminal (GDT)

Notice Date
10/23/2007
 
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-4060-1
 
Response Due
11/23/2007
 
Archive Date
1/22/2008
 
Point of Contact
Andrea Ferrell, 732-532-5585
 
E-Mail Address
Email your questions to US Army C-E LCMC Acquisition Center - DAAB07
(andrea.ferrell@conus.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a market survey to locate potential sources that can provide all supplies and services required by the Government for the Ground Data Terminal (GDT) (nomenclature: Ground Data Terminal Group OZ-74(V)1/GRY). The current source for GDT suppli es and services is Cubic Defense Applications (CDA), CAGE code 94987. The GDT, along with the Air Data Terminal (ADT), is part of the Surveillance Control Data Link (SCDL). The SCDL uses CDA-proprietary waveforms and anti-jam technology between the ADT a nd GDT to transfer data. The Government does not possess and does not intend to procure from CDA the technical data package. Contractual requirements for the GDT would include, but not be limited to: producing spare parts; repairing parts; part number m arking; National Stock Number (NSN) marking; Unique Item Identification (UID) marking and program compliance; verifying proper item performance, including environmental stress screening (ESS); maintaining a quality program; making available technical/engin eering data; maintaining configuration management of the technical data package; submitting Engineering Change Proposals (ECPs), Value Engineering Change Proposals (VECPs), Specification Change Notices (SCNs), and Requests for Deviation (RFDs), as necessar y; providing contract status reports; providing packaging and shipping of parts; providing engineering and field service support, to include within the continental United States (CONUS) and deployment outside the continental United States (OCONUS); complyi ng with contract manpower reporting requirements; and handle classified information and materials. Spare parts will be procured on a firm fixed price (FFP), indefinite delivery/indefinite quantity (IDIQ) basis and services will be procured on a time and m aterials (T&M) basis. The source will need to be able to provide, repair, and/or verify the proper operation of the following parts (this list is not all-inclusive): part number (P/N) 232796-1, CA ASSY,AC PWR,LCU TO JSI, National Stock Number (NSN) 6145- 01-372-5435; P/N 232797-1, CA ASSY,DATA/CONT,GDT , NSN 6145-01-372-5434; P/N 232798-1, CA ASSY,PWR LCU-AC/AC CON, NSN 6145-01-372-5436; P/N 233040-2, FAN, VANEAXIAL, NSN 4140-01-418-6304; P/N 233820-2, OSCILLATOR,CRYSTAL, NSN 5955-01-406-3073; P/N 233900-6 , AMPLIFIER,SERVO, NSN 5996-01-472-8353; P/N 261330-1, VERT REF ASSY , NSN 5985-01-375-3518; P/N 261510-2, CONTROL,ANTENNA, NSN 5820-01-385-8516; P/N 261556-1, CABLE ASSY,LCU-MASTHD,GDT, NSN 5995-01-407-2194; P/N 261564-1, FLTR ASSY,EMI/EMP,SHELTER, NSN 59 15-01-374-4271; P/N 261900-3, CONT-INTFC UNIT ASSY, NSN 5895-01-374-4295; P/N 261950-1, PEDESTAL ASSY,ANTENNA, NSN 5985-01-374-0760; P/N 265029-2, INTERFACE ASSY,EMI/EMP, NSN 5895-01-406-6804; P/N 265165-1, UPCONV ASSY,ENCL,CTR SECT, NSN 5998-01-374-4274; P/N 265230-2, SYNTHESIZER ASSY, NSN 5998-01-472-5550; P/N 265400-1, CONVERTER,FREQ,STATIC , NSN 5895-01-374-4294; P/N 265520-1, SW. ASSY. PWR INTERUPT; P/N 270836-1, CNTNR ASSY,SHPNG,ANT , NSN 8145-01-472-4861; P/N 270840-2, ANT ASSY,GND DATA TERM , NSN 5 998-01-433-0895; P/N 261407-1, FXTR ASSY,HANDLING ANT ; P/N 270901-1, RADOME, NSN 5985-01-406-4921; P/N 270914-1, BALLISTIC SHIELD; P/N 270917-1, CA ASSY,LANDLINE,SHELTER , NSN 5995-01-407-4274; P/N 270917-2, CA ASSY,LANDLINE,SHELTER , NSN 5995-01-408-7704 ; P/N 270918-1, CA ASSY,MASTHD,LANDLINE , NSN 5995-01-407-4275; P/N 270918-2, CA ASSY,MASTHD,LANDLINE , NSN 5995-01-407-2193; P/N 283900-1, FREQ MODULATOR ASSY, NSN 5998-01-472-5534; P/N 305900-1, CONTAINER,STOWAGE,ANTENNA, NSN 8145-01-440-7775; P/N 306000 -1, CCA,LCU MASTER COUNTER, NSN 5998-01-472-6636; P/N 306010-1, CCA,LCU FAST TIMING, NSN 5998-01-472-6635; P/N 306020-1, CCA,TIMING ADJUST , NSN 5998-01-472-4866; P/N 306040-1, CCA,SEQ CONT MEMORY, NSN 5998-01-472-5549; P/N 306050-1, CCA,UPLINK DATA NETWOR K, NSN 5998-01-472-5535; P/N 306060-1, CCA,CODE GENERATOR, NSN 5998-01-472-8359; P/N 306070-1, CCA,THRESHOLD INTEGRATOR, NSN 5998-01-472-8357; P/N 306080-1, CCA ,RANDOM INTERLEAVER , NSN 5998-01-472-4868; P/N 306090-1, CCA,ANALOG CORRELATOR , NSN 5998-01-374-0168; P/N 306100-1, CCA,VITERBI DECODER , NSN 5998-01-472-4865; P/N 306110-1, CCA,XCVR/LCU BIT, NSN 5998-01-472-5547; P/N 306120-1, CCA,FREQ SEL/RCG, NSN 5998 -01-472-6630; P/N 306130-1, CCA,CONTROLLER I/O, NSN 5998-01-472-8352; P/N 306140-1, CCA,MASTHEAD I/O , NSN 5998-01-472-8354; P/N 306150-1, CCA,MODEM INTERFACE, NSN 5998-01-472-5554; P/N 306160-1, CCA,RED/BLK ISOLATOR, NSN 5998-01-472-5553; P/N 306170-1, CC A,CRYPTO CONTROLLER, NSN 5998-01-472-5551; P/N 306180-1, CCA,CRYPTO INTERFACE , NSN 5998-01-472-5552; P/N 306190-1, CCA,PROCESSOR INTERFACE , NSN 5998-01-472-5545; P/N 306200-1, CCA,I/O CPU, NSN 5998-01-479-0480; P/N 306210-1, CCA,I/O CPU MEMORY, NSN 5998- 01-472-5539; P/N 306220-1, CCA,1553 I/O, NSN 5998-01-472-5548; P/N 306230-1, CCA,LCU CABLE I/O, NSN 5998-01-374-0173; P/N 306240-1, CCA,MASTHEAD BIT/NED, NSN 5998-01-374-0176; P/N 306250-1, CCA,ANTENNA CONTROL , NSN 5998-01-472-8355; P/N 306260-1, CCA,DCO/ RANGE TONE GEN., NSN 5998-01-472-4860; P/N 306270-1, CCA,VERT REF AVERAGER , NSN 5998-01-472-8351; P/N 306590-1, CCA,SEQUENCE CONTROLLER, NSN 5998-01-374-0747; P/N 306600-1, DOWNCONVERTER/2ND L.O. , NSN 5998-01-472-6627; P/N 306660-2, DUPLEXER ASSY, NSN 59 98-01-472-6643; P/N 306620-1, MSTR CLK OSC ASSY,ANT CNT, NSN 5998-01-472-4867; P/N 306640-1, DOWNLINK RCVR ASSY,ANT, NSN 5963-01-472-8362; P/N 306700-1, FM DEMODULATOR, NSN 5998-01-472-4862; and P/N 306740-1, REF OSC ASSY,REC/TRANS, NSN 5955-01-472-4854. For more information contact Andre Armstrong, US Army LCMC, Attn: AMSEL-LC-IEW-R-JS, Bldg 1201W, 2nd Fl, Fort Monmouth, NJ, 07703, phone (732)532-7795, email andre.l.armstrong@us.army.mil. The response, not to exceed 20 pages, must provide rationale indica ting that the potential source can provide each of the supplies and services specified above for the CGS and JSWS. The deadline for response is 23 November 2007. EMAIL-ADDRESS: andre.l.armstrong@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
SN01439445-W 20071025/071023233927 (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.