Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 22, 2007 FBO #2217
SOLICITATION NOTICE

58 -- 58Market Survey for Various Commercial GEN II+ and GEN III Night Vision and Thermal Image Devices

Notice Date
12/20/2007
 
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-4100-1
 
Response Due
1/18/2008
 
Archive Date
3/18/2008
 
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
Commercial GEN II+ and III Night Vision and Thermal Image Devices The intent of this announcement is to conduct a market research, this is not a solicitation. This is only an estimate and will not bind the contractor or the Government in any way or at any time into a contract with any of the specified terms below. This is a market research to locate potential sources of supply for a variety of commercial Night Vision and Thermal Image Systems, maintenance equipment and training to support the systems and devices. This also includes potential sources for Generation II+ and III image intensification tubes. No First Article Testing will be required, only performance specifications for quality. Many of the systems will be required to be delivered to foreign countries; therefore GEN II+ and GEN III Image Intensifier Tubes would be required with Figures of Merit ranging from 1250 for non-NATO countries to 1600 for NATO countries and must meet the following specs: Performance Levels f or FMS 1250 FOM night vision image intensifiers: Minimum Maximum Unit of Measure Resolution Center 60 64 Lp per mm Signal to Noise 17 19 - Input Current - 20 mA Tube Burn in Period 24 - hours MTBF 10,000 - hours Zones Spot Specification Size in microns I Diameter 5.6mm II Diameter 5.6mm-14.7mm III Diameter 14.7-17.5mm (Maximum permitted greater than 401-500 0 0 0 spots in each zone) greater than 301-400 0 0 0 greater than 251-300 0 0 0 greater than 151-250 0 1 2 75-150 1 2 3 Performance Levels for FMS 1600 FOM night vision image intensifiers: Minimum Maximum Unit of Measure Resoluti on Center 60 65 Lp per mm Signal to Noise 21 24.5 - Input Current - 20 mA Tube Burn in Period 24 hours MTBF 10,000 hours Halo Less than 1 mm Zones Spot Specificatio n Size in microns I Diameter 5.6mm II Diameter 5.6mm-14.7mm III Diameter 14.7-17.5mm Maximum permitted spots Less than 401-500 0 0 0 in each zone Less than 301-400 0 0 0 Less than 251-300 0 0 0 Less than 151-250 0 1 2 75- 150 1 2 3 The list of various systems and devices will be posted on the C-E LCMC Interactive Business Opportunities Page (IBOP), https://abop.monmouth.army.mil. You may access potential CECOM LCMC Business Opportunities by simply select ing CECOM LCMC Comm. Elec. Comm. Active, under the heading CECOM  Market Research, Logon & View by Army Contracting Activity, and then click on GO. You can register for a User ID and Password under USER SERVICES, New User Registration, on the right sid e of the screen. Any interested sources must send the following information, NLT 18 January 2008, to C-E LCMC SAMD Directorate, ATTN: AMSEL-LC-SA-IEW (Michael Bernicker), Bldg. 1208, Ft. Monmouth, NJ 07703 or email response to Michael.bernicker@us .army.mil: " Identification of the contractor as a Large or a Small Business. If a Small Business, please identify as an 8(a), HUB Zone, Disadvantaged, Women-Owned, or non-disadvantaged. " FOR EACH OF THE ITEMS/SYSTEMS AND TRAINING, the vendor s hall submit their part number, nomenclature and the date of the last manufacturing effort of the items for which they have production experience. Government contract numbers, if applicable, shall be provided. " The contractor shall cite the quality sta ndard " The contractor shall provide their best estimated delivery schedule. " The contractor must provide information to show that they possess adequate production plant facilities (equipment, tooling, and space). " The contractor must provide information to show that they possess adequate skill, training and experience to conduct Basic Operator and Intermediate Maintenance Training for the Systems ad dressed. " The contractor shall state whether they have or will be able to obtain a valid export license for the night vision and thermal image devices for sales to foreign countries. Sales strictly prohibited without a valid export license issued by t he U.S. Department of State, Office of Defense Trade Controls. All technical questions should be addressed to Mike Bernicker, (732) 532-5579, email address Michael.bernicker@us.army.mil Contractual questions, may be addressed to the Contract Specia list, Ms. Ligia Burgos, at (732) 532-1735, e-mail, Ligia.Burgos@us.army.mil, or to the Contracting Officer, Mr. Thomas McConnell, 732-532-5486, e-mail, Thomas.McConnell@us.army.mil EMAIL-ADDRESS: Michael.bernicker@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
SN01474203-W 20071222/071220230003 (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.