Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 26, 2011 FBO #3409
SOURCES SOUGHT

58 -- Market Survey for Additional Sources for High Power Amplifier AM-7498/G

Notice Date
3/24/2011
 
Notice Type
Sources Sought
 
Contracting Office
CECOM Contracting Center (CECOM-CC), ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
 
ZIP Code
07703-5008
 
Solicitation Number
MARKET-SURVEY-5062-1
 
Response Due
4/7/2011
 
Archive Date
6/6/2011
 
Point of Contact
Harold Schwake, 000-000-0000
 
E-Mail Address
CECOM Contracting Center (CECOM-CC)
(harold.schwake@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
FOR MORE INFORMATION CONTACT Wayne LaFerrara, Electronics Engineer, 732-532-9231 This is a Market Survey to identify additional manufacturers/vendors to qualify as Approved Sources of Supply for High Power Amplifier (HPA) AM-7498/G and some of its subassemblies (except the 2.5kW TWT) via a five (5) year Indefinite Delivery, Indefinite Quantity (IDIQ) Flexible Long Term Contract (FLTC). The HPA is used on the military's SATCOM Terminals AN/FSC-78C (Heavy), AN/GSC-39C (Medium) and AN/GSC-52A (SAMT). Currently, the only Approved Source of Supply for the HPA and its subassemblies is MCL, Inc., Bolingbrook, IL (CAGE Code 16469). The assemblies being considered for procurement and their anticipated annual quantities are: (Item Name /// NSN /// CECOM Part Number /// MCL Part Number /// Annual Quantity;) HPA AM-7498/G * /// 5895-01-380-8262 /// A3187818-001 /// 30030 /// 5; TWTA AM-7499/G * /// 5895-01-380-8266 /// A3187818-101 /// 15417 /// 2; HVPS PP-8380/G /// 6130-01-381-0959 /// A3187818-102 /// 15418 /// 3; C/S Cable Assy /// 5995-01-426-3235 /// A3187818-104 /// 03C3425-120 /// 1; Prime Pwr Module /// 6130-01-407-6163 /// A3187818-301 /// 13164-208 /// 3; FET Bridge Assy /// 5996-01-420-1296 /// A3187818-302 /// 13165 /// 4; HV Tank Assy /// 6110-01-417-8473 /// A3187818-303 /// 13163 /// 4; Logic Pwr Supply /// 6130-01-431-3273 /// A3187818-304 /// C15418-040 /// 4; HVPS Blower Assy /// 4140-01-412-6658 /// A3187818-305 /// C15418-050 /// 3; Control Display Assy /// 5895-01-414-0676 /// A3187818-306 /// 20100 /// 2; CDA Base CDA /// 5998-01-425-5603 /// A3187818-308 /// D16738 /// 1; CDA Main CCA /// 5998-01-432-5064 /// A3187818-309 /// D16739 /// 4; CDA Local Intrfc CCA /// 5998-01-426-3240 /// A3187818-310 /// D16740 /// 2; Ctrl & Reg CCA /// 5998-01-426-3239 /// A3187818-313 /// D16743 /// 1; IPA Assy /// 5998-01-417-8468 /// A3187818-402 /// C15417-020 /// 2; Anode Switch Assy /// 5895-01-417-8469 /// A3187818-403 /// C15417-055 /// 4; TWTA Blower Assy /// 5895-01-414-4138 /// A3187818-404 /// C15417-030 /// 4; Output Waveguide Assy /// 5895-01-424-6808 /// A3187818-406 /// 27D2967 //// 5; Arc Detector CCA /// 5998-01-414-4135 /// A3187818-407 /// C16731 /// 10; RF SSA /// 5996-01-428-9075 /// A3187818-411 /// 27C3053 /// 10; * The 2.5kW TWTs for these assemblies will be furnished by the government. Interested manufacturers/vendors should understand that any of these items they supply must be form, fit and functional equivalents of and be completely interchangeable with items supplied by MCL, Inc. Manufacturers/vendors not currently qualified as Approved Sources of Supply will also be required to qualify their product(s) via the First Article Test (FAT) requirements stipulated in CECOM Source Control Drawing A3187818 upon contract award. The above items are described in Source Control Drawing A3187818, however, detailed functional and interface requirements for the subassemblies are proprietary to MCL, Inc., and are, therefore, not available. We will NOT consider replacing the entire HPA since it will be replaced by the new Modernization of Enterprise Terminals program which will eventually replace all strategic SATCOM terminals. Suppliers interested in providing any or all of the above items must so indicate by writing to Commander, US Army CECOM Life Cycle Command, Attn: AMSRD-RDER-PRC-ED (LaFerrara), Bldg 1202E Avenue of Memories, Fort Monmouth, NJ 07703. The response must include documentation such as test results, copies of purchase orders if the manufacturer/vendor previously produced any of the items for MCL, Inc., or a statement from MCL, Inc., certifying that the manufacturer/vendor can, in fact, produce items which will be physically and functionally interchangeable with items from MCL, Inc. Prospective manufacturers/vendors may be required to warrant that items they supply will perform satisfactorily when used in their intended application by the military. For additional information, contact Wayne LaFerrara, preferably via email, at Wayne.LaFerrara@us.army.mil or phone (732) 532-9231. Responses must be received no later than April 07, 2011. Wayne.LaFerrara@us.army.mil} CECOM POC
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ecbec22c9cf5e3c31417455cc12d789a)
 
Place of Performance
Address: CECOM Contracting Center (CECOM-CC) ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
Zip Code: 07703-5008
 
Record
SN02408589-W 20110326/110324234619-ecbec22c9cf5e3c31417455cc12d789a (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.