SOLICITATION NOTICE
59 -- Acquisition of spare parts and repair services for the AN/GRM-122 Test Set, Sole Source to Aeroflex Wichita, Inc.
- Notice Date
- 1/5/2010
- Notice Type
- Presolicitation
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- CECOM Contracting Center (CECOM-CC), ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
- ZIP Code
- 07703-5008
- Solicitation Number
- W15P7T-10-R-F007
- Response Due
- 1/22/2010
- Archive Date
- 3/23/2010
- Point of Contact
- Kathryn Harabedian, 732-532-1412
- E-Mail Address
-
CECOM Contracting Center (CECOM-CC)
(kathryn.harabedian@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The United States Army CECOM Contracting Center-Army Contracting Command, Fort Monmouth, NJ 07703, intends to solicit and award a Sole Source, Five-Year, Firm Fixed Price, Indefinite Delivery Indefinite Quantity type contract in accordance with FAR 6.302-1, Only One Responsible Source. The Government intends to procure spare parts and repair services for the AN/GRM-122 Test Set, its Upgrade Kits and associated spare parts. The anticipated effort is intended to be Sole Source to Aeroflex Wichita, Inc. (Aeroflex), 10200 West York Street, Wichita, Kansas 67215. The AN/GRM-122 Test Set is used to test and diagnosis of the SINGARS Ground Communication Systems. The GRM-122 Upgrade Kit is used to enhance the AN/GRM-122 Test Sets capability to identify a wider variety of defective parts within avionics and survivability radios, navigation equipment, and other avionics items used in Blackhawk and Apache helicopters. The required associated spare parts for the AN/GRM-122 Test Set and its Upgrade Kit include, but are not limited to, TS-4317 Test Set, the PP-8571 Power Supply, J-4843A Junction Box, AN/GRM-122 Avionics Kit, and various Radio Personality Modules (RPMs). The Government does not possess technical data (drawings or specifications) that completely defines the form, fit, and function of the items being procured. The NAICS code for this procurement is 335312 with the corresponding Small Business Size Standard of 750 employees. Items shall be shipped FOB Destination. The potential offeror must have the ability to abide by the delivery schedule of a quantity of 20 units each, delivery to commence 120 days After Receipt of Order (ARO), then 30 units each per month thereafter until completion for the following NSNs: 5998-01-417-7164 Circuit Card Assembly, 5998-01-435-9240 Circuit Card Assembly, 5998-01-435-9243 Circuit Card Assembly, 5998-01-435-9244 Circuit Card Assembly, 5998-01-435-9245 Circuit Card Assembly, 5998-01-436-1888 Circuit Card Assembly, 5998-01-443-5083 Circuit Card Assembly, 5998-01-490-2917 Circuit Card Assembly, 5998-01-533-4944 Circuit Card Assembly, 6625-01-432-8368 Test Adapter, 6625-01-551-1112 Test Adapter Kit, 5998-01-501-0460 RF Amplifier Assembly, 4920-01-574-8039 1553 Data Bus Kit RPM 002, 6625-01-570-5868 PL-1553/GRM (RPM 3), 5998-01-576-3315 PCB Assy wave form decoder, 5998-01-576-3322 PCB Assy Have Quick Interference, and 5998-01-574-8229 PCB Assy CPU. The potential offeror must have the ability to abide by the delivery schedule of a quantity of 15 units each, delivery to commence 120 days ARO, then 20-25 units each per month thereafter until completion for the following NSNs: 5998-01-532-7760 Circuit Card Assembly, 6625-01-436-0420 Maintenance Kit Elect Equiptment, 5998-01-490-2919 Circuit Card Assembly, 5998-01-501-0465 PCB Assy FT PNL Switch Matrix, 5998-01-501-0467 Mech Assy RF Modem, 5998-01-574-7305 PCB Assy UUT/Interface, 5998-01-574-8656 PCB Assy RF RPM-012, 5998-01-574-7086 PCB Assy Switch Matrix, 4920-01-574-9155 1553 Data Bus Kit RPM 012, 5998-01-576-3317 PCB Assy DSP I/O, and 5998-01-576-2697 Firmware Assy Flash Memory PL-1553. The delivery schedule that must be met for NSNs 6625-01-432-8369 AN/GRM-122 Test Set and 5998-01-501-0461 PCB Assy UUT/Interface is 15 units each, delivery to commence 150 days ARO and 25 units each per month thereafter until completion. The delivery schedule that must be met for the remaining NSNs is 3-5 units each, delivery commencing 120 days ARO, then 2 each per month thereafter until completion. Inspection and Acceptance will be at Source. The Solicitation Number assigned to this effort is W15P7T-10-R-F007 and will be issued on or about January 22, 2010. All responsible sources may submit a proposal which will be evaluated by the Government. Please contact Kathryn Harabedian, Kathryn.Harabedian@us.army.mil at 732-532-1412, or Demetra Lynardakis, Demetra.Lynardakis@us.army.mil at 732-532-8298, with any questions or concerns. The US Army CECOM Contracting Center has established the IBOP Website as part of the Armys Single Face to Industry to allow electronic posting of Solicitation for Request for Proposals (RFPs), Request for Quotations (RFQs), and Invitations for Bids (IFBs) from CECOM Contracting Center to Industry. All parties interested in doing business with CECOM Contracting Center are invited to access, operate, send and receive information form IBOP at https://ABOP.monmouth.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/abee9d4d06fe2e93220c7a8facfe975b)
- Place of Performance
- Address: CECOM Contracting Center (CECOM-CC) ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
- Zip Code: 07703-5008
- Zip Code: 07703-5008
- Record
- SN02035328-W 20100107/100106000532-abee9d4d06fe2e93220c7a8facfe975b (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 |