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 â 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
- Zip Code: 07703-5008
- 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 |