Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 20, 2012 FBO #3709
SOURCES SOUGHT

58 -- Long Ranged Advanced Scout surveillance System (LRAS3) Repair Services

Notice Date
1/18/2012
 
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-5204-1
 
Response Due
1/27/2012
 
Archive Date
3/27/2012
 
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: William Kwan, 443-861-3029william.k.kwan.civ@mail.mil This is a Market Survey to locate sources of repair services for the following LRAS3 items that the government proposes to acquire through a 3 or 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. ISP CCA, 5998-01-536-9847 (15 each); IOB, 5860-01-536-9374 (4 each); IOB, 5860-01-532-0190 (4 each); IOB, 5860-01-486-5044 (4 each); ELRF LASER, 1240-01-486-5003 (13 each); FLIR Afocal, 5855-01-486-5022 (5 each); GPSIS Processor, 5998-01-536-8803 (10 each); NETTED CCA, 5998-01-589-2417 (5 each); NETTED CCA, 5998-01-589-2410 (5 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 (William Kwan) Building 6006, Aberdeen Proving Grounds, MD 21005 or william.k.kwan.civ@mail.mil. The contractor will be required to repair these spare parts, conduct acceptance tests in accordance with the latest approved revision of LRAS3 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 January 27, 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f0d62e5864528ec3f50fcd70ab94aca7)
 
Place of Performance
Address: ACC-APG (C4ISR) HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE ABERDEEN PROVING GROU MD
Zip Code: 21005-1846
 
Record
SN02656878-W 20120120/120118235213-f0d62e5864528ec3f50fcd70ab94aca7 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.