Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 05, 2008 FBO #2322
SOLICITATION NOTICE

58 -- Dual Spectrum Fire Support Targeting System (DSFSTS) and Thermal/Low-light Handheld Imager (T/LLHI)

Notice Date
4/3/2008
 
Notice Type
Presolicitation
 
Contracting Office
N00164 NAVAL SURFACE WARFARE CENTER, INDIANA 300 Highway 361, Building 64 Crane, IN
 
ZIP Code
00000
 
Solicitation Number
N0016408RJQ35
 
Response Due
5/9/2008 5:00:00 PM
 
Archive Date
5/24/2008
 
Point of Contact
CHUCK LAKIN 812-854-5631
 
Description
This synopsis is being posted to both the Federal Business Opportunities (FBO) page located at http://www.fbo.gov and the Navy Electronic Commerce on Line (NECO) site located at https://www.neco.navy.mil/. While it is understood that FBO is the single point of entry for posting of synopsis and solicitations to the internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by the NSWC Division Crane. Offerors are encouraged to access information also available on the NSWC Crane Division web site at http://www.crane.navy.mil/acquisition/homepage.htm. DSFSTS (CLIN 0001) and associated data items (CLIN 0002). DSFSTS is a small, lightweight, dual spectrum, low-power, one-man portable device capable of detecting, recognizing, identifying, locating, and marking targets in day/night operations. The developed system shall have an integrated GPS receiver and angular measurement module coupled with a Laser Range Finder (LRF) capable of providing geodetic coordinates. Minimum: 2 ea. and Maximum: 70ea. T/LLHI (CLIN 0003) and associated data items (CLIN 0004). The T/LLHI is a small, lightweight, low-power, one-man portable thermal and low-light imaging device capable of detecting, recognizing, identifying, locating and marking targets in day/night operations. The Thermal / Low-Light Handheld Imager is a ruggedized system for use in battlefield environments. Minimum: 20ea. and Maximum: 100ea. These systems are anticipated to be procured utilizing FAR Part 15 with full and open competition. One product sample will be required for T/LLHI. Written technical proposals will be required for the DSFSTS and the T/LLHI. It is estimated that the solicitation will result in either one or two five (5) year ordering period Indefinite Delivery Indefinite Quantity (IDIQ) contract(s) for the quantities specified above. Delivery will be required FOB Destination, Crane IN 90 days (T/LLHI) and 180 days (DSFSTS) from issuance of the first delivery order. For information contact Chuck Lakin 812-854-5631 or email: charles.lakin@navy.mil. The North American Industry Classification System (NAICS) Code for this procurement is 334511 and the size standard is 750 employees Federal Supply Class 5855. It is anticipated that these requirements will result in one or two firm fixed price contract(s) with one or two responsible source(s). Numbered note 26 applies.
 
Record
SN01547279-W 20080405/080404001044-8820c9df7a6df62f0ea103a584dd5b7c (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.