SOURCES SOUGHT
59 -- Market Survey for Desktop Crew Access Unit.
- Notice Date
- 3/28/2011
- Notice Type
- Sources Sought
- Contracting Office
- CECOM Contracting Center (CECOM-CC), ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
- ZIP Code
- 07703-5008
- Solicitation Number
- MARKET-SURVEY-5064-1
- Response Due
- 4/8/2011
- Archive Date
- 6/7/2011
- Point of Contact
- Harold Schwake, 000-000-0000
- E-Mail Address
-
CECOM Contracting Center (CECOM-CC)
(harold.schwake@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- FOR MORE INFORMATION CONTACT: Michael Ayers, CECOM LCMC, michael.ayers@conus.army.mil The spare item being purchased: CAGECNomenclature MFG P/N 2J622Desktop Crew Access UnitSCI Technology Inc5402800-001 Sources sought for a ruggedized military Desktop Crew Access Unit (CAU) which will be used within a Tactical Operations Center communication subsystem. The Desktop CAU will be configurable to accept standard CAU or Enhanced CAU components. The unit will be powered by AC and provide CAU/eCAU 38999 industry standard connectors. The required item will contain a handset port, headset port (Limo or Hirose), ICS/Radio PTT switch, and speaker. The rear panel will include MDB, BNC and Ethernet ports, and an external speaker jack. The Desktop CAU will provide an integrated Voice and Data Communication capability and can network up to 64 eMCSUs with 1024 simultaneous communication assets. This item will provide control and management for a multitude of military radio systems and provide the latest industry VoIP CODECs. The maximum dimensions cannot exceed 8.0in (W), 11.50in (H), and 10.0in (D) and must weigh no more than 11.0 lbs. Currently, the said component is being produced by SCI Technology Inc, Huntsville, AL. SCI Technology Inc is the original developer of the Desktop CAU and retains all data rights to component 5402800-001. The Government did not purchase and cannot provide a drawing package for this component. As part of this acquisition effort, the item will be required to meet the same form, fit, and function of the original component to ensure that the spares achieve the required performance within the communication subsystem. Contractors capable of providing the above described spares can respond to the government via writing or electronic mail at the address shown below. The response must include documentation showing that the contractor is capable of providing the required components deliverable within 90 days of receipt of order. Responses must be received by the response date listed above. For more information contact Mr. Ayers at the following email address: michael.ayers@conus.army.mil. michael.ayers@conus.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/0cd03c4563e6ddb96b8606a84ee406fe)
- 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
- SN02410747-W 20110330/110328234247-0cd03c4563e6ddb96b8606a84ee406fe (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 |