SOURCES SOUGHT
58 -- 2nd Gen Forward Looking Infrared (FLIR) Repair Services
- Notice Date
- 1/10/2012
- Notice Type
- Sources Sought
- Contracting Office
- ACC-APG (C4ISR), HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE, ABERDEEN PROVING GROU, MD 21005-1846
- ZIP Code
- 21005-1846
- Solicitation Number
- MARKET-SURVEY-5201-1
- Response Due
- 1/17/2012
- Archive Date
- 3/17/2012
- Point of Contact
- Tineka C. Davis, 443-861-5438
- E-Mail Address
-
ACC-APG (C4ISR)
(tineka.c.davis.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- FOR ALL INFORMATION PLEASE CONTACT: Matthew Dobies, 443-861-3033 matthew.n.dobies.civ@mail.mil This is a Market Survey to locate sources of repair services for the following 2nd Gen FLIR items that the government proposes to acquire through a 5-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract (quantities shown are those estimated for the first year of the IDIQ contract): Items are listed by description and NSN. Detector/Light, 5855-01-464-1513 (95 each); Lens/Optical, 6650-01-538-5879 (35 each); Cooler/Dewar, 5855-01-538-6686 (95 each); CCA, 5998-01-530-1095 (110 each); CCA, 5998-01-530-1155 (10 each); CCA, 5998-01-530-1227 (95 each); CCA, 5998-01-530-3005 (125 each), Filter Assembly, 5915-01-534-2208 (20 each); CCA, 5998-01-530-1438 (95 each); CCA, 5998-01-530-1174 (10 each); Cooler/Dewar, 5855-01-538-6085 (10 each). The current contractor for this service is Raytheon, Cage 96214. Detailed technical data for the repair, manufacture, or acceptance of these parts are not available from the US Army. Suppliers capable of repairing these parts must so indicate by writing to: C-E LCMC IEW/S Directorate, ATTN: AMSEL-LC-IEW-N-TI (Matthew Dobies) Building 6006, Aberdeen Proving Grounds, MD 21005 or matthew.n.dobies.civ@mail.mil. The contractor will be required to repair these spare parts, conduct acceptance tests in accordance with the latest approved revision of 2nd Gen FLIR Performance Specifications, and satisfy the Government's substantial delivery requirements. Responses to this survey must include documentation citing the contractor's experience, and demonstrating the capability to meet the Government's requirements in repairing products that meet all performance requirements, and that are physically and functionally interchangeable with presently fielded equipment. Requests for additional information must be received at no later than August 31, 2012. The contractor shall cite the quality standard (either Government or Industry) that shall be in place for this effort. Past performance for these or similar items. The contractor shall submit their part numbers, NSN, or nomenclature and the date of the last manufacturing or repair effort of the same or similar items for which they have repair experience. Government contract numbers, if applicable, shall be provided. The contractor must provide information to show that it possesses, or shall possess, adequate facilities (equipment, tooling, and space) to enable it, or its subcontractors, to meet cited repair delivery requirements for these items. matthew.n.dobies.civ@mail.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/b8a488e257262431480ae380418ef7b8)
- Place of Performance
- Address: ACC-APG (C4ISR) HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE ABERDEEN PROVING GROU MD
- Zip Code: 21005-1846
- Zip Code: 21005-1846
- Record
- SN02652367-W 20120112/120110235145-b8a488e257262431480ae380418ef7b8 (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 |