Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 16, 2011 FBO #3399
SOLICITATION NOTICE

59 -- Request for Proposal (RFP), sole-course to the OEM, Ultrax, Inc(Cage 07PR7) for TS-3920 C/ASM,NSN 6625-01-529-3346,P/N 05-0330-07, Series I Pod Adapter Set,NSN 4920-01-585-8590,P/N 10-0210-01,& TS-3920 C/ASM Upgrade NSN4920-01-585-8597.

Notice Date
3/14/2011
 
Notice Type
Presolicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
DLA CECOM Contracting Center (CECOM-CC) (Aberdeen), DLR Procurement Operations DSCC-ZH, E2445 Eagle Point Road, APG-EA, MD 21010-5410
 
ZIP Code
21010-5410
 
Solicitation Number
SPRBL1-11-R0011
 
Response Due
5/2/2011
 
Archive Date
7/1/2011
 
Point of Contact
J. Mitchell Brown, 443-861-4546
 
E-Mail Address
DLA CECOM Contracting Center (CECOM-CC) (Aberdeen)
(joseph.m.brown5@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
DLA Land at Aberdeen anticipates issuing a Request for Proposal (RFP) on or about March 31, 2011, for a five (5) year, Indefinite-Delivery, Indefinite-Quantity (IDIQ) type of contract in the total estimated amount of $ 11,200,000.00. The subject requirement is sole-source to the OEM, Ultrax, Inc. (Cage Code 07PR7) and is for the following items: Test Set, computer TS-3920C/ASM, NSN 6625-01-529-3346, P/N 05-0330-07; Series I Pod Adapter Set, NSN 4920-01-585-8590, P/N 10-0210-01; and, the TS-3920 C/ASM Upgrade Kit (for C-), NSN 4920-01-585-8597, P/N 06-0301-50. 1. Ultrax, Inc. (07PR7) Nomenclature: Computer TS-3920C/ASM NSN 6625-01-529-3346, P/N: 05-0330-07 Guaranteed First Delivery Order = 5 Base Year: Min = 5, BEQ = 10, Max = 40 Year 2: Min = 5, BEQ = 7, Max = 15 Year 3: Min = 5, BEQ = 7, Max = 15 Year 4: Min = 5, BEQ = 7, Max = 10 Year 5: Min = 5, BEQ = 7, Max = 10 2. Ultrax, Inc. (07PR7) Nomenclature: Series I Pod Adapter Set NSN 4920-01-585-8590, P/N 10-0210-01 Guaranteed First Delivery Order = 20 Base Year: Min = 10, BEQ = 20, Max = 60 Year 2: Min = 10, BEQ = 20, Max = 60 Year 3: Min = 10, BEQ = 20, Max = 60 Year 4: Min = 10, BEQ = 20, Max = 60 Year 5: Min = 10, BEQ = 20, Max = 60 3. Ultrax, Inc. (07PR7) Nomenclature: C Upgrade Kit NSN 4920-01-585-8597, P/N: 06-0301-50 Guaranteed First Delivery Order = 10 Base Year: Min = 5, BEQ = 10, Max = 20 Year 2: Min = 0, BEQ = 5, Max = 10 Year 3: Min = 0, BEQ = 5, Max = 10 Year 4: Min = 0, BEQ = 5, Max = 10 Year 5: Min = 0, BEQ = 5, Max = 10 Delivery is to: DSCC New Cumberland facility in New Cumberland, Pa. This is a sole source requirement that is restricted to the original equipment manufacturer (OEM). The Government does not own any technical drawings for this requirement. Awards will be made based on the best overall (i.e., best value) proposals that are determined to be the most beneficial to the Government. Specifications of performance, delivery and location will be provided on a Task Order basis. All parties interested in doing business with Army Contracting Command - Aberdeen Proving Ground (Command, Control, Communications, Computers, Intelligence, Surveillance and Reconnaissance) (ACC - APG (C4ISR)) is invited to access the Army Single Face to Industry (ASFI) at https://acquisition.army.mil/asfi?ASFI_FAQ.cfm Upon accessing this web page, look for the tab titled "ASFI for Industry". Under the "ASFI for Industry" tab you will be able to: check for business opportunities by clicking on the Contract Opportunities Search link, receive notifications by clicking on the Vendor Notification Service link. Vendor cannot submit responses via the Vendor Bid History. Vendors can only view "high level" information regarding the response. No registration is needed for the Vendor to browse for business opportunities. For the Vendor to receive notifications he merely needs to provide company Commercial and Government Entity (CAGE) Code and E-Mail address. To submit a response the Vendor must provide the CAGE Code and Marketing Partner Identification Number (MPIN). Your company must be registered and current in the Central Contractor Register (CCR) in order to submit bids/proposals on ASFI. Please be advised that hard copies of the solicitation will not be made available. You must download solicitation documents from the ASFI. Instructions on how to use ASFI to include; receiving notification, submitting and uploading bids or proposals, formatting and system requirements are provided at https://acquisition.army.mil/asfi?ASFI_FAQ.cfm. For Technical ASFI assistance please e-mail help desk at ASFI@conus.army.mil. Contracting Office Address: DLA CECOM Contracting Center (CECOM-CC) (Aberdeen), DLR Procurement Operations DSCC-ZH, 6001 Combat Drive, Rm. C1-301, APG MD 21005-1846 Place of Performance: DLA Land at Aberdeen 6001 Combat Drive, Rm. C1-301 APG MD 21005-1846 US Point of Contact(s): J. Mitchell Brown, 443-861-4546 DLA CECOM Contracting Center (CECOM-CC) (Aberdeen)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d76bf93c9d06aa209770397f980b7719)
 
Place of Performance
Address: DLA CECOM Contracting Center (CECOM-CC) (Aberdeen) DLR Procurement Operations DSCC-ZH, E2445 Eagle Point Road APG-EA MD
Zip Code: 21010-5410
 
Record
SN02399824-W 20110316/110314234113-d76bf93c9d06aa209770397f980b7719 (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.