Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 09, 2008 FBO #2326
SOURCES SOUGHT

59 -- This is a Market Survey for twelve (12) types of Cable Assemblys and Brackets to locate source for these items.

Notice Date
4/7/2008
 
Notice Type
Sources Sought
 
NAICS
332510 — Hardware Manufacturing
 
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
W15P7T-08-R-L209
 
Response Due
4/17/2008 5:00:00 PM
 
Archive Date
6/16/2008
 
Point of Contact
Catherine Rakowski, 732-532-1422
 
Description
*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. MARKET SURVEY Solicitation Number W15P7T-08-R-L209 Market Survey for twelve (12) types of Cable Assemblys and Brackets. This is a market survey to locate source for these items. The U.S. Army is seeking to identify vendors with the capability to provide all of the following items in accordance with C-E LCMCdrawings and parts lists. It is projected that a solicitation for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) type contract, one (1) year Option, with ranges will follow. The following information provides total year data with range breakout. The specified ranges will apply to all five (5) years plus the one (1) year option of this contract as follows. Quantities may vary due to demand. NSN: 5998-01-204-5170, Backplane Assembly, range 1-100, NSN: 5995-01-301-0831, Cable Assembly, range 1-100, NSN: 5995-01-335-7861, Cable Assembly, range 1-100, NSN: 5995-01-349-9223, Cable Assembly, range 1-100. NSN: 5995-01-438-7826, Cable Assembly, range 1-100, NSN: 5995-01-451-5564, Cable Assembly, range 1-100, NSN: 5995-01-438-7823, Cable Assembly, range 1-100, NSN: 5340-01-392-2217, Bracket, range 1-500 and 501-1000, NSN: 530-01-425-5600, Bracket, range 1-100, NSN: 5340-01-425-8010, Bracket, range 1-100, NSN: 5340-01-429-9980, Bracket, range 1-500 and 501-1000, NSN: 5340-01-455-4212, Bracket, range 1-100. The government requires the start of delivery as follows: NSN With First Article Without First Article 5998-01-204-5170 20 ea 240 DAC 20 ea, 30 days thereafter 20 ea 30 DAC 20 ea 30 days thereafter 5995-01-301-0831 100 ea 240 DAC 100 ea, 30 days thereafter 100 ea 30 DAC 100 ea 30 days thereafter 5995-01-335-7861 20 ea 240 DAC 20 ea, 30 days thereafter 20 ea 30 DAC 20 ea 30 days thereafter 5995-01-349-9223 20 ea 240 DAC 20 ea, 30 days thereafter 20 ea 30 DAC 20 ea 30 days thereafter 5985-01-438-7826 20 ea 240 DAC 20 ea, 30 days thereafter 20 ea 30 DAC 20 ea 30 days thereafter 5995-01-451-5564 20 ea 240 DAC 20 ea, 30 days thereafter 20 ea 30 DAC 20 ea 30 days thereafter 5995-01-438-7823 20 ea 240 DAC 20 ea, 30 days thereafter 20 ea 30 DAC 20 ea 30 days thereafter 5340-01-392-2217 200 ea 240 DAC 200 ea, 30 days thereafter 200 ea 30 DAC 200 ea 30 days thereafter 5340-01-425-5600 20 ea 240 DAC 20 ea, 30 days thereafter 20 ea 30 DAC 20 ea 30 days thereafter 5340-01-425-8010 20 ea 240 DAC 20 ea, 30 days thereafter 20 ea 30 DAC 20 ea 30 days thereafter 5340-01-429-9980 200 ea 240 DAC 200 ea, 30 days thereafter 200 ea 30 DAC 200 ea 30 days thereafter 5340-01-455-4212 20 ea 240 DAC 20 ea, 30 days thereafter 20 ea 30 DAC 20 ea 30 days thereafter FAT is required on the above listed items by all interested sources, with the exception of UNICORP. If FAT is required, a FAT plan and FAT report must be provided and approved by the Government prior to the manufacture and delivery. Interested Sources may identify their interest and capability to respond to this requirement. Suppliers capable of providing these items in accordance with the Government requirements within the required delivery schedule shall respond in writing. The responses should be a short introductory description (unclassified) outlining a viable approach that meets the above needs and should address production capability and pricing. Responses from interested sources shall address their capability to act as a single provider for the above items and quantities specified herein. The drawings will be posted on the Interactive Opportunities Web Page (IBOP). The U.S.Army C-E LCMC has established the IBOP website as part of the Armys Single Face to Industry (ASFI), to allow electronic posting of Solicitations for Requests for Proposals (RFPs) and Invitations for Bids (IFBs) from C-E LCMC to Industry. All parties whoare interested in doing business with C-E LCMC are invited to access the drawings from the IBOP at https://abop.monmouth.army.mil. You may access potential C-E LCMC Business Opportunities by simply selecting C-E LCMC Comm. Elec. Comm. Active, under theheading 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 side of the screen. Submit one ELECTRONIC copy of the submission to the following: Commander, US Army Communications-Electronics Life Cycle Command Acquisition Center ATTN: AMSEL-AC-CB-RT-W (Cathy Rakowski) Building 1208 Fort Monmouth, NJ 07703 Telephone: 732-532-1422 Email: catherine.rakowski@us.army.mil The deadline for receipt of responses to this market survey is Thursday, 17 April 2008, at 1:30 P.M. Fort Monmouth time (EST).
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=39a8da45ae30b057643ef91e00cd08ae&tab=core&_cview=1)
 
Place of Performance
Address: US Army C-E LCMC Acquisition Center - DAAB07 ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
Zip Code: 07703-5008
 
Record
SN01549004-W 20080409/080407220911-39a8da45ae30b057643ef91e00cd08ae (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.