SOLICITATION NOTICE
58 -- Standard Advanced DEWAR Asembly, Type II (SADA II) to support the Horizontal Technology Integration (HTI) Second Generation Forward Looking Infrared (FLIR) Fiscal Year (FY) 03 - FY 04 full rate production requirements.
- Notice Date
- 10/8/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- US Army Communications-Electronics Command, CECOM Acquisition Center, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
- ZIP Code
- 07703-5008
- Solicitation Number
- DAAB07-03-R-J204
- Archive Date
- 1/28/2003
- Point of Contact
- Joseph Manganaro, 732-427-1389
- E-Mail Address
-
Email your questions to US Army Communications-Electronics Command, CECOM Acquisition Center
(joseph.manganaro@mail1.monmouth.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NA The U.S. Army Communications Electronics Command (CECOM) is planning the release of a Request For Proposal (RFP) for the acquisition of the Standard Advanced DEWAR Assembly, Type II (SADA II). The SADA II supports the Horizontal Technology Integration (HT I) Second Generation Forward Looking Infrared (FLIR) Fiscal Year (FY) 03-FY04 Full-Rate Production Requirements. The SADA II units, NSN: 5855-01-490-9693, Part Number: A3190641-1, shall meet the requirements, with the exception of OI performance, of pe rformance specification PRF-A5009755B, dated 5 December 2000, to include appendices, and ECP 13-012. It is anticipated that the release of the RFP will be in November 2002, with proposals due approximately 30 days later. Acquisition strategy is as follow s: (1) Full and Open Competition; (2) Up to two (2) Firm-Fixed Price awards will be made; (3) Award(s) will be made based on a Best Value basis; (4) Contract(s) will be a base year with options plus a 1 year option. The FY03 and FY04, projected requireme nts are approximately 445 and 180 SADA II assemblies, respectively. Contract award is projected for January 2003, with deliveries beginning in August 2003. The Cryogenic One Watt Linear Cooler shall be provided as Government Furnished Material (GFM). Su ccessful completion of First Article Testing or Qualification Testing is required prior to Government acceptance of product. The draft RFP is projected for release on the Interactive Business Opportunity Page (IBOP), https://abop.monmouth.army.mil, mid/la te November 2002. Due to the requirements involved, this acquisition is classified as SECRET. This classification requires that any potential contractor be cleared for access to SECRET information. All interested contractors possessing a SECRET clearanc e should forward their in the clear address and CAGE Code to US Army CECOM Acquisition Center, ATTN: AMSEL-AC-CC-RT-F, Joseph Manganaro, Fort Monmouth, NJ 07703-5008, E-Mail Address: joseph.manganaro@mail1.monmouth.army.mil. See Numbered Note 26.
- Place of Performance
- Address: US Army Communications-Electronics Command, CECOM Acquisition Center ATTN: AMSEL-AC-CC-RT-F, Building 1208 W. Fort Monmouth NJ
- Zip Code: 07703-5008
- Country: US
- Zip Code: 07703-5008
- Record
- SN00184508-W 20021010/021008213413 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |