SOLICITATION NOTICE
58 -- FIREFINDER SPARE PARTS AND REPAIR SERVICES, FOR THE AN/TPQ-36/37
- Notice Date
- 1/5/2007
- Notice Type
- Solicitation Notice
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument 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
- W15P7T07RS202
- Response Due
- 2/16/2007
- Archive Date
- 4/17/2007
- Small Business Set-Aside
- N/A
- Description
- The U.S. Army Communications-Electronics Life Cycle Management Command (C-E LCMC) is planning the release of a Request for Proposal (RFP) for the acquisition of three spare parts as follows: Monitor, Radio Frequency, NSN 5950-01-089-3567, Govt P/N S M-C-803069-1, [M/A-COM Inc. P/N MPS620A]; Microwave Circuit, NSN 5840-01-072-0422, Govt P/N 361549-011, [M/A-COM Inc. P/N MPS682]; Interconnecting Box, NSN 5975-01-072-4464, Govt P/N 390548, [M/A-COM Inc. P/N ODMPS681]. The resultant contract will be a five year Firm Fixed Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ) type contract that will fulfill the Fiscal Year (FY) 2007 thru FY 2011 new hardware fabrication and depot level repair services for each spare part. The estimated quantity re quired for new hardware fabrication is 270 each for the Monitor, Radio Frequency, 170 each for the Microwave Circuit, and 170 each for the Interconnecting Box. Further, it is estimated that for each spare part a quantity of 12 each will be repaired each y ear. All three spares are part of the Firefinder radar system, AN/TPQ-36/37. They function as critical devices in the operation shelter. The Firefinder Radar System is a mobile, phased array radar system that automatically locates hostile mortar and art illery projectiles. The system is composed of an operations control group or shelter, an antenna transceiver group and power group. The AN/TPQ-36/37 Radar System provides force protection. It is anticipated that the release of the solicitation will be i n January 2007, with a proposal due approximately 30 days later. Acquisition strategy is as follows: (1) Sole Source negotiation with M/A-COM Inc.,1011 Pawtucket Blvd., Lowell, MA 01854-1040, (CAGE: 96341); (2) award will be made on a fair and reasonabl e basis; (3) Contract will be as a 5-year FFP IDIQ for FY07 thru FY11 requirements. Contract award is projected for May 2007. M/A-COM Inc. is currently an approved producer of these items, thus First Article Testing or Qualification Testing is not requir ed prior to Government acceptance of product. The Government possesses only Source Control Drawings for these items. These drawings do not contain enough technical data (electrical parameters, parts list, schematic and test procedures) defining the items . M/A-COM Inc. is the only source capable of meeting the Governments requirements, because it is the only source that possesses the technical data for production or repair. Further, this data is proprietary to M/A-COM Inc. Delivery of these items will be Freight On Board (FOB) Destination to New Cumberland Army Depot, W25G1U, DDSP New Cumberland Facility, Transportation Officer, Bldg 2001, Mission Door 113-134, New Cumberland, PA 17070-5001. The solicitation is projected for release on the Interactive /Interagency Business Opportunity Page (IBOP), https://abop.monmouth.army.mil. Any proposal(s) that are received will be evaluated. See Numbered Note 22
- 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
- Zip Code: 07703-5008
- Record
- SN01206051-W 20070107/070105221239 (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 |