Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 28, 2004 FBO #0824
SOLICITATION NOTICE

58 -- Light Interference Filter for AN/PVS-7A Night Vision Goggles and AN/PVS-10 Sniper Night Sight

Notice Date
2/26/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Communications-Electronics Command, CECOM Acquisition Center - DAAB07, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
 
ZIP Code
07703-5008
 
Solicitation Number
MARKET-SURVEY-0213
 
Response Due
3/14/2004
 
Archive Date
5/13/2004
 
Point of Contact
Terry Traino, (732) 532-8867
 
E-Mail Address
US Army Communications-Electronics Command, CECOM Acquisition Center - DAAB07
(Theresa.K.Traino@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
CONTACT Point of Contact – Susan Weir (732) 427-5722. Light Interference Filter for AN/PVS-7A Night Vision Goggles and AN/PVS-10 Sniper Night Sight. This is a market survey to locate potential sources of supply for two Light Interference Filters (LIFs). The parts are the following: LIF for AN/PVS-7A 6650-01-321-2905 A3140640 LIF for AN/PVS-10 6650-01-415-2237 A3245432 MIL-PRF-49257(SECRET) The government intends to purchase these parts using an indefinite quantity/indefinite delivery (IDIQ) contract over a five-year period. The government will guarantee a minimum quantity of approximately 5,000 ea of NSN 6650-01-321-2905, LIF for AN/PVS-7A, with an estimated contract quantity of 40,000 over the five-year period. For the 6650-01-415-2237, LIF for AN/PVS-10, the government will guarantee a minimum quantity of approximately 100, with an estimated five-year contract quantity of 5,000 over the f ive-year period. The LIFs will have a Coated Optical Coating. Any interested sources, for any or all of the two parts, must send the following information, NLT 10 March 04, to CECOM IEW/S Directorate, ATTN: AMSEL-LC-IEW-N-II (Susan Weir), Bldg. 1201, Ft. Monmouth, NJ 07703 or e-mail to susan.weir@us.army.mil. (Please identify all NSNs for which there is interest): ·Identification of the contractor as a Large or a Small Business. If a Small Business, please identify as an 8(a), HUBZone, Disadvantaged, Women-Owned, or non-disadvantaged. Past Performance for these or similar items. The contractor shall submit thei r part numbers, NSN, or nomenclature and the date of the last manufacturing effort of the same or similar items for which they have production experience. Government contract numbers, if applicable, shall be provided. The contractor shall cite the quality standard (either Government or Industry) that shall be in place for this effort.The contractor must provide information to show that he possesses, or shall possess, adequate production plant facilities (equipment, tool ing, and space) to enable him, or his subcontractors, to produce this item. The contractor shall cite the U.S. Government security level that they currently hold. All technical questions should be addressed to Barbara McKinney (732) 427-5722, email address susan.weir@us.army.mil
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/USAMC/DAAB07/MARKET-SURVEY-0213/listing.html)
 
Place of Performance
Address: US Army Communications-Electronics Command, CECOM Acquisition Center - DAAB07 ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
Zip Code: 07703-5008
Country: US
 
Record
SN00531689-F 20040228/040226232351 (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 |
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.