Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 23, 2020 SAM #6903
SOLICITATION NOTICE

53 -- AH-64 Apache Helicopter Electronic Image Intensifier (EI2) Camera

Notice Date
10/21/2020 11:21:05 AM
 
Notice Type
Presolicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
W6QK ACC-RSA REDSTONE ARSENAL AL 35898-0000 USA
 
ZIP Code
35898-0000
 
Solicitation Number
W58RGZ20R0230
 
Response Due
11/5/2020 2:00:00 AM
 
Archive Date
11/30/2020
 
Point of Contact
Mattie C. Tolbert, Lisa Dawn Duncan
 
E-Mail Address
mattie.c.tolbert.civ@mail.mil, lisa.d.duncan.civ@mail.mil
(mattie.c.tolbert.civ@mail.mil, lisa.d.duncan.civ@mail.mil)
 
Description
Under the authority of (FAR) 6.302-1(a)(2)(ii) (A), the United States Government (USG) Army Contracting Command Redstone Arsenal (ACC-RSA) intends to award a sole source Indefinite Delivery Indefinite Quantity contract for the production and repair of the Electronic Image Intensifier (EI2) Camera on the AH 64 Apache helicopter to Intevac Photonics Incorporated, located in Santa Clara, CA 95054.� The Government does not own the complete Technical Data Packages (TDPs) for the Electronic Image Intensifier (EI2) Camera.� Intevac Photonics, Located in Santa Clara, CA 95054 is the Original Equipment Manufacturer (OEM) for the Electronic Image Intensifier (EI2) Camera, which is comprised of the camera and lens assembly identified as the M611-02.� Furthermore, the Electronic Image Intensifier (EI2) Camera must is part of an upgrade to the Visible Near Infrared Sight (VN Sight) and must interface with existing unmodified equipment as well as provide commands for control of some existing sub-systems.� The purpose of this acquisition is the manufacturing of Gen II EI2 Cameras and repair of Gen I and Gen II EI2 Cameras for the Apache Fleet. The Contractor shall provide technical, engineering, and support services including personnel and facilities necessary to produce the Gen II EI2 Cameras and repair the Gen I and Gen II EI2 Cameras. The Gen II EI2 Camera is defined as the camera with integrated lens assembly identified as the M611-02 Camera. This notice is being issued for information and planning purposes.� In accordance with FAR Part 5, interested vendors are encouraged to provide substantiated evidence of their capabilities and successes for the same or similar efforts cited above.� The submission of this information is solely for informational, market research, and planning purposes and is not a request for competitive proposals, quotations or an invitation to reimburse contractors for either effort or associated costs to respond or for any information provided.� This notice does not commit the Government to contract for any supply or service whatsoever.� No reimbursement will be made for any costs associated with providing information in response to this notice or any follow up information requests.� All costs associated with responding to this notice will be solely at the responding party's expense.� Not responding to this notice does not preclude participation in any future RFP, if any is issued.� Responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contact. It is the responsibility of the interested parties to monitor the BetaSAM.GOV Website at https://beta.sam.gov/ for additional information pertaining to this notice. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.� Interested parties who consider themselves qualified to perform the above listed service are invited to submit a response within fifteen (15) days after release of this synopsis. Follow-up discussions may be conducted with respondents if warranted.� It is desirable that data be received with unlimited rights to the Government.� Nevertheless, we recognize that proprietary data may be included with the information provided. If so, clearly mark such proprietary information and clearly separate it from the unrestricted information as an addendum. Any submissions should include the following information: (1) Organizational name, address, email address, website address, telephone number, and size and type of ownership for the organization; (2) Tailored capability statement addressing the particulars of this effort.� Questions concerning this announcement may be submitted via email to Lisa D. Duncan, Contracting Officer via e-mail at lisa.d.duncan.civ@mail.mill or Mattie Tolbert, Contract Specialist via email at mattie.c.tolbert.civ@mail.mil. NO TELEPHONIC QUESTIONS WILL BE ACCEPTED.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d421673680344f4fb05292284150d3ec/view)
 
Place of Performance
Address: Santa Clara, CA 95054, USA
Zip Code: 95054
Country: USA
 
Record
SN05834686-F 20201023/201021230140 (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 |
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.