Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 14, 2017 FBO #5774
SPECIAL NOTICE

59 -- Bose CVC parts

Notice Date
9/12/2017
 
Notice Type
Special Notice
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Yuma Proving Ground, ATTN: CCMI-CHD-YP, Bldg 2364, 301 C Street, Yuma, Arizona, 85365-9498, United States
 
ZIP Code
85365-9498
 
Solicitation Number
W9124R-17-T-0066
 
Archive Date
9/30/2017
 
Point of Contact
Erik Reta, Phone: 928-328-6163
 
E-Mail Address
erik.m.reta.civ@mail.mil
(erik.m.reta.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Sole Source. The Mission and Installation Contracting Command - Yuma Proving Ground intends to negotiate a firm-fixed price contract on a sole source basis with Bose Corporation, 100 The Mountain Rd Framingham, MA, 01701-8833. USAYPG has a requirement for replacement parts for the Product Improved Combat Vehicle Crewman (PICVC) Headsets. Bose is currently the exclusive provider of ground combat vehicle headsets, particularly for the M1 Abrams tanks, M109 Howitzers, and Bradley Fighting Vehicles that are tested and used at USAYPG. There is no alternative in terms of overall headset assemblies, or replacement parts. The Bose PICVC is equipped with patented noise canceling technology, known as Ambient Noise Reduction, which is required for use in excessively noisy environments, such as the interior of tanks and other combat vehicles. The Bose headsets that the USAYPG personnel use in support of testing, are the same exact headsets in use by troops that are currently deployed. In order to ensure that testing is as real-world as possible, it is imperative that USAYPG obtain not only what the troops are currently using, but also has the resources required to maintain existing stock of Bose headsets, which will be falling into a state of disrepair, if not adequately maintained. The impact of not having sufficient repair parts for these headsets would be unacceptable, from a readiness/testing standpoint, as vehicle operators cannot perform any operations without this piece of equipment, as it is not only a communication device, but an integral part of personal protective equipment as well. The North American Classification System (NAICS) Code is 334290 with a standard size of 750 employees. This contract will consist of Contract Line Item Number (CLIN) 0001, Quantity: 1, Unit of Issue: Each, Description: ANR(Ambient Noise Reduction) Switch Assembly, Part Number (P/N): 263278-1, Quantity (QTY): 17; Battery Cover, P/N: 251808-1, QTY:7;Ear-cup Cable Assembly, P/N: 197070-2, QTY:2; Helmet Liner, P/N: 251797-3, QTY: 20; Left Inner Cup Assembly, P/N: 263275-1, QTY: 17; Outer Cup Assembly, Left side, P/N: 263271-1, QTY:17; Microphone Assembly, P/N: 254954-1, QTY:10; Paddle Spare Kit, ANR, P/N: 254951-3, QTY:10; PTT Switch Assembly, P/N: 263277-1, QTY:10; Right Inner Cup Assembly, P/N: 263276-1, QTY:17; Right Outer Cup Assembly, P/N: 263272-1, QTY:17; Vehicle Cable, P/N: 263274-1, QTY:20; Windscreen and O-ring, P/N: 254953-1, QTY:30; Ear Cushion w/ O-ring, P/N: 287033-001, QTY: 20; Front Foam, P/N:181406-1, QTY: 50; Paddle, Assembly ANR, P/N: 263284-1, QTY:17; Paddle, Assembly PTT, P/N: 263279-1, QTY:17; Thumb Nut, P/N: 254947-1, QTY:10 Award for this requirement will be in accordance with Federal Acquisition Regulation (FAR) Part 12 and FAR Part 13. Interested persons may identify their interest and capability to respond to the requirements or submit proposals. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOPALS. A determination by the Government not to compete this requirement, is based upon responses to this notice, and is solely within the discretion of the Government. Information received will only be considered solely for the purpose of determining whether to conduct a competitive procurement. If you feel that your firm possesses the ability to provide these requirements, then you must respond by demonstrating your firm's technical capability to meet these requirements no later than September 15, 2017 09:00 AM MST. In order to protect proprietary information and prevent the unintentional releasing of guarded information all interested firms must conduct their own research regarding the specifications of the above listed item.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/eb7d98f6779683dd1988ce33f0fc8bbf)
 
Place of Performance
Address: Yuma Proving Ground, Transportation Warehouse, Yuma, Arizona, 85365, United States
Zip Code: 85365
 
Record
SN04672578-W 20170914/170912231711-eb7d98f6779683dd1988ce33f0fc8bbf (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.