SOURCES SOUGHT
58 -- Sources Sought for AN/AVR-2B(V) Spare Parts - Security Keys
- Notice Date
- 5/21/2020 3:09:51 PM
- Notice Type
- Sources Sought
- NAICS
- 33451
—
- Contracting Office
- DLA LAND AT ABERDEEN ABER PROV GRD MD 21005 USA
- ZIP Code
- 21005
- Solicitation Number
- DLA-Aberdeen-20-052
- Response Due
- 6/5/2020 1:30:00 PM
- Archive Date
- 06/20/2020
- Point of Contact
- Rebekah Barrow
- E-Mail Address
-
rebekah.m.barrow.civ@mail.mil
(rebekah.m.barrow.civ@mail.mil)
- Description
- The U.S. Army U. S. Army Communications-Electronics Life Cycle Management Command (CE LCMC) anticipates a requirement for a quantity of 48 AN/AVR-2B Security Keys, NSN 5810-01-561-3121, over a span of 4 years. The AN/AVR-2B Laser Detecting Set (LDS) is a passive laser warning system which receives, processes and displays threat information resulting from aircraft illumination by laser.� The LDS responds to laser associated with laser range finders and laser guided weapons.� The LDS consists of one signal comparator module CM-493B, four or six identical sensor units SU-130B, and security key.� CM-493B is an item specially designed to correlate information from two or more signals when installed in an appropriate circuit, for similar items not having modular characteristics.� The SU-130B is an item which detects, identifies and characterizes laser radiation.� Information regarding threat type is generated and passed on to the comparator module, the security key holds the threat data in the comparator.� The current source of supply is Collins Aerospace, 100 Wooster Hts, Danbury, CT 06810-7509.� The requirements are for a span of 4 years.� The Army does not own or have access to a complete technical data package defining the manufacture and acceptance testing of these items, nor can it make it available to any other organization.� Only the original manufacturer, Collins Aerospace has the complete technical data package. The response must include documentation such as test results, copy of purchase order if the supplier was a vendor to the above source or a statement from the above source demonstrate that the supplier can, in fact, supply the Army.� Successful supplier may be required to warrant that these items supplied will satisfactorily perform when used for the purpose intended by the Army.� This market survey does not guarantee a contract by the Government.� Responding suppliers are asked to indicate their size status in relation to the applicable NAICS code 33451 and size standard 750.� For more information contact Rebekah Barrow at rebekah.m.barrow.civ@mail.mil.� No telephone response will be accepted.� The deadline for the response is requested by 5 JUNE 2020. Please complete the attached questionnare as part of your response. This Request for Information (RFI) is for planning and market research purposes only, and shall not be construed as a commitment by the Government. The information gathered from this announcement will be used to determine if responsible sources exist, and to assist in determining if this effort can be competitive and/or set aside for Small Business.� Furthermore, the Government will use the information, in part, to determine the best acquisition strategy for a potential procurement action and to assist in making future acquisition strategy decisions. This is NOT a Request for Quote or Proposal. The Government does not intend to award a contract on the basis of this RFI or reimburse any costs associated with the preparation of responses to this RFI.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/039727153bec4826bb5b44d74f53021f/view)
- Record
- SN05668426-F 20200523/200521230231 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |