Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 10, 2010 FBO #3150
SOLICITATION NOTICE

10 -- Various quantities of Inertial Navigation Units (INUs) for the Bradley, Armored Knight, Mortars and the LW 155MM Howitzer.

Notice Date
7/8/2010
 
Notice Type
Presolicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
TACOM Contracting Center - Rock Island (TACOM-CC), ATTN: AMSTA-AQ-AR, Rock Island Arsenal, Rock Island, IL 61299-7630
 
ZIP Code
61299-7630
 
Solicitation Number
W52H0907D0285
 
Response Due
7/15/2010
 
Archive Date
9/13/2010
 
Point of Contact
Nancy Monike, (309) 782-4900
 
E-Mail Address
TACOM Contracting Center - Rock Island (TACOM-CC)
(nancy.monike@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
DESC: 21 each Tactical Advanced Land Inertial Navigator (TALIN) as used on the Armored Knight, NSN: 6605-01-553-6536, Part Number: 12484747-1; 208 each TALINs on the Bradley Fighting Vehicle, NSN: 6605-01-553-6536, Part Number: 12484747-1; 167 each TALINs on the Mortar Fire Control System, NSN: 6605-01-560-3408, Part Number: 13017975; and 219 each TALINs on the Lightweight 155 MM Howitzer, NSN: 6605-01-533-8754, Part Number: 10059170-6. Currently, the Government anticipates awarding the FY10 Inertial Navigation Unit (INU) requirements only. Competition for this procurement is restricted to Honeywell International, Inc., in Clearwater, Florida as authorized by FAR 6.302-1. Any interested vendor other than Honeywell International, Inc., would have to have the technical expertise to design, develop, and be able to produce a new Interface Control Document (ICD) that would include any required software and mechanical design configuration requirements to make it fully compatible and to ensure performance with the software currently on each vehicle platform that is already fielded. The ICD is proprietary to Honeywell International, Inc. The Government does not own the Technical Data Package (TDP) nor do we have the Data Rights to any of the software or actual designs of the various components that make up the INU. Due to the complexity and the precision of the interface, several iterations of integration and testing are required on each platform. Based on the complexity of this item and its internal design, software and interface requirements, the Government is estimating it will take any new vendor approximately 3 years to have their product qualified and approved for use on these vehicles prior to being allowed to submit a proposal on this or any future solicitation. This estimated timeframe does not take into account any required R&D efforts to develop a new product and is strictly based on the premise that a vendor already has a production model, fully developed and produced today and ready to be tested. In addition, any offeror would be required to pay approximately $8 Million dollars to actually have their model tested and qualified on each weapon platform. Based on the time that would be required to qualify a new vendor and the substantial monetary investment it would take, no other vendor will be able to accomplish the above in a cost effective manner and within the required delivery schedule of 12 months after date of award set by the Government. Interested parties please note, the Government plans to issue an award for these requirements within 7 days. In addition, the Government will not provide, nor consider providing any Government Furnished Equipment (GFE) for testing purposes. FOB is Origin. This action will result in Delivery Orders issued against the Firm Fixed Price, 5 year IDIQ contract W52H09-07-D-0285 with Honeywell International, Inc. This procurement is sole source to Honeywell Intl., DSES Clearwater Defense, 13350 US Highway 19 North, Clearwater, FL 33764. Questions, comments or concerns, please contact Nancy Monike, (309) 782-4900 or email: Nancy.Monike@conus.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f6b37f0841ff95a5095d89f05c755eab)
 
Place of Performance
Address: TACOM Contracting Center - Rock Island (TACOM-CC) ATTN: AMSTA-AQ-AR, Rock Island Arsenal Rock Island IL
Zip Code: 61299-7630
 
Record
SN02199728-W 20100710/100708235249-f6b37f0841ff95a5095d89f05c755eab (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 |
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.