Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 05, 2008 FBO #2291
SOLICITATION NOTICE

58--58 -- Market Survey for AN/ASN-157, Doppler Navigation Set

Notice Date
3/3/2008
 
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-4148-1
 
Response Due
3/28/2008
 
Archive Date
5/27/2008
 
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 market survey is to locate a qualified manufacturer who is capable to design, develop and manufacture a Doppler Navigation Set (DNS), previous procured as AN/ASN-157, contained in a single Line Replaceable Unit (LRU). The DNS is a commercial of f the shelf (COTS) and non-developmental item (NDI) that provides highly accurate 3-D velocity and navigation data to display in the AH-64C/D Longbow Apache Helicopter. The equipment offered in response to this market survey must meet the BAE System Perfo rmance Specification, R201A191A100, for the AN/ASN-157 Doppler Navigation Set and the provisions of Installation and Acceptance Test Document AV-IT5845-001A. Only those offerors who can meet the total technical and delivery requirements with a fully quali fied ASN-157 DNS that meets Form, Fit and Function requirements should respond. Offerors must provide proof of their ability, in response to this market survey, to the procuring activity no later 28 March 2008. The Government is not planning a qualificat ion test of equipment prior to Formal Solicitation. Offerors proof of their ability to meet Government requirements shall, as a minimum, include the following: A. Equipment availability and validated bench and flight (helicopter) test data t o show the offeror's capability to meet Apache Longbow operational requirements. B. Availability of operational manuals (draft manuals acceptable). C. Ability to meet government total delivery requirement commencing 11 months after awar d of contract at a rate of 11 sets per month throughout the performance period of the contract. The production DNS to be procured, in response to the formal Army solicitation shall, as a minimum, have the following capabilities: A. Meet th e requirements of the BAE Systems Performance Specification, R201A191A100, dated 05 May 2000 for the AN/ASN-157 Doppler Navigation Set and the provisions of Installation and Acceptance Test Document AV-IT-5845-001A. B. Operate with any SAE-15531 (MIL- STD-1553B) bus control unit. C. Mechanical mounting characteristics such that the DNS can be mounted to existing aircraft holes per AV-IT-5845-001A. D. Protected against permanent damage and shall not incur lasting performance degrada tion when exposed to electromagnetic fields of up to 200 volts/meter reference MIL-STD-461, RS03. This action is not a request for proposal and does not commit the Army to procurement of the AN/ASN-157. The Army intends to ex tend the current existing contract W15P7T-06-D-B207 with additional three (3) one-year options for a maximum quantity of 330 sets of AN/ASN-157 (maximum quantity is subject to change without public announcement). Only those offerors with extensive Doppler navigation design experience, and who can meet Army requirements should respond. Offerors' believing they have equipment that is capable of meeting the stated technical requirements and delivery schedule should respond with validated operational test acc eptance data and supporting rationale. Where minor changes to an existing design are necessary in order to meet the provisions of the referenced documents, the offeror shall outline the exact changes required to meet the Government requirements and descr ibe the validation testing that must be done before production delivery. Interested parties shall respond with the information requested NLT 28 March 2008. Written responses shall be sent to HQ CECOM, ATTN: AMSEL-LC-CCS-N-AN (Dylan Chung), Ft. Monmout h, NJ 07703. Technical questions and requests for the referenced documents shall be sent to the above address or through email. No telephone inquires will be accepted. The planned basis of award is Sole Source. EMAIL-ADDRESS: dylan.chung@us.arm y.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
SN01522549-W 20080305/080303224205 (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.