Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 30, 2005 FBO #1434
SOURCES SOUGHT

59 -- Production of various spares in support of the AN/ALQ-144A(V), Countermeasure Set and AN/ALM-178, Test Set for AN/ALQ-144.

Notice Date
10/28/2005
 
Notice Type
Sources Sought
 
NAICS
334418 — Printed Circuit Assembly (Electronic Assembly) Manufacturing
 
Contracting Office
US Army C-E LCMC Acquisition Center - DAAB07, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
 
ZIP Code
07703-5008
 
Solicitation Number
W15P7T06BD007
 
Response Due
11/14/2005
 
Archive Date
1/13/2006
 
Small Business Set-Aside
Total Small Business
 
Description
The US Army Communications-Electronics Lifecycle Management Command (CE LCMC) is seeking potential sources for various spare parts in support of the AN/ALQ-144A(V), Countermeasure Set and AN/ALM-178, Test Set for AN/ALQ-144. The solicitation shall b e structured on a competitive Small Business Cascading Set-Aside basis in accordance with FAR Parts 13 and 19 utilizing Invitation for Bid (IFB) procedures, FAR 6.401(a). Under this cascading set-aside, the Contracting Officer will solicit and receive offers from all types of small business concerns at the same time and then consider each category of offers in a designated order of precedence or tiers (e.g. HUBZone small business concerns first, then disadvantaged small business, then 8(a) small business, and ending with other small business). Whenever there is adequate competition at a tier, the Contracting Officer stops at that tier and makes award. Any acceptable offe r from a higher tier where there was insufficient competition cascades to the next applicable lower tier to be considered with the offers in that lower tier. For purposes of cascading set-asides, adequate competition is defined for an 8(a) tier as: (1) at least two (2) competitive offers are received from qualified, responsible business concerns at the tier under consideration; and (2) award will be made at f air market prices as determined in accordance with FAR 19.202-6. Adequate competition for a HUBZone, SDVOSB, or small business tier is defined as: (1) at least two competitive offers are received from qualified, responsible HUBZone [or SDVOSB, or small business] concerns, or (2) one offer is received from a qualified, responsible HUBZone [or SDVOSB, or small business] concern and the contracting officer decides to make an award to that firm. Specific items to be acquired under this solicitation are as follows: Circuit Card, Interconnection (A1), NSN 5998-01-340-7851, Drawing No. A3153851, Rev G, Estimated Maximum Quantity 500, NAICS Code 334418; Circuit Card, A1, NSN 5998-01-088-6807, Drawing No. SM-D-879382, Rev J, Estimated Maximum Quantity 300, NAICS Code 334418; Cage Assembly, Circuit Card A1, NSN 5998-01-339-2048, Drawing No. A3059440, Rev E, Estimated Maximum Quantity 300, NAICS Code 334418; Case, Electronic Communication, NSN 5895-01-250-2422, Drawing A3059416, D, Estimated Maximum Quantity 500, NAICS Code 332439; Case, Electronic Communication, NSN 5895-01-526-7370, Drawing A3301554, Rev -, Estimated Maximum Quantity 100, NAICS Code 332439; Cable, Assembly, Special Purpose, Electrical, NSN 5995-01-088-6702, Drawing SM-D-879376, Rev D, Estimated Maximum Quantity 500, NAICS Code 335931; Cable, Assembly, Special Purpose, Electrical, NSN 5995-01-088-6703, Drawing SM-D-879377, Rev E, Estimated Maximum Quantity 500, NAICS Code 335931; Cable, Assembly, Special Purpose, Electrical, NSN 5995-01-088-6704, Drawing SM-D-879378, Rev F, Estimated Maximum Quantity 500, NAICS Code 335931. The items listed above are to be acquired in accordance with award of a fixed-price five-year Indefinite Delivery, Indefinite Quantity (IDIQ) contract. Prices for each item will be solicited in four range quantities for five ordering years. An electronic spreadsheet depicting ordering years and quantity ranges will be provided with the solicitation. Prospective bidders will be required to bid on all items or be determined non-responsive. Requirements shall be satisfied through placement of individual de livery orders. Deliveries shall be to New Cumberland Army Depot and commence 6 months from date of issuance of each delivery order. Engineering drawings will be provided with release of the solicitation. Suppliers capable of furnishing all items must so indicate, by email to Anthony.Manfredi@mail1.monmouth.army.mil or by writing to Commander, US Army C-E LCMC, Acquisition Center, ATTN : AMSEL-ACCA-RT-E (Manfredi), Building 1208W, Fort Monmouth, NJ 07703-5000. P lease include your type of entity (ie HUBZone, Small Disadvantaged, 8(a), other small business, etc). For additional information, contact Anthony Manfredi at 732-427-1612. The deadline for responses is COB l4 November 2005.
 
Place of Performance
Address: US Army C-E LCMC Acquisition Center - DAAB07 ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
Zip Code: 07703-5008
Country: US
 
Record
SN00923057-W 20051030/051028212053 (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.