COMMERCE BUSINESS DAILY ISSUE OF JULY 12, 2001 PSA #2891
SOLICITATIONS
58 -- HORIZONTAL TECHNOLOGY INTEGRATION (HTI) SECOND GENERATION FORWARD LOOKING INFRARED (FLIR) NV-80 B-KIT
- Notice Date
- July 10, 2001
- Contracting Office
- U.S. Army CECOM, CECOM Acquisition Center, Fort Monmouth, NJ 07703-5008
- ZIP Code
- 07703-5008
- Solicitation Number
- DAAB07-01-R-J403
- Point of Contact
- Deborah J. Gilligan, Contracting Officer, 732-532-5454 -- Joseph Manganaro, Contract Specialist, 732-427-1389
- E-Mail Address
- Contract Specialist E-Mail Address (joseph.manganaro@mail1.monmouth.army.mil)
- Description
- The U.S. Army Communications Electronics Command (CECOM) is planning the release of a Request For Proposal (RFP) for the acquisition of the Horizontal Technology Integration (HTI) Second Generation Forward Looking Infrared (FLIR) NV-80 B-kit. This solicitation procures the HTI FLIR Fiscal Year (FY) 02 -- FY04 Full-Rate Production Requirements in support of the Abrams M1A2 System Enhancement Package (SEP), Bradley M2A3 and Long Range Advanced Scout Surveillance System (LRAS3) Programs. The NV-80 B-Kit is the core common thermal sensor for the sighting systems of the programs identified above, and will be provided as Government Furnished Material on contracts associated with those sighting systems. The NV-80 B-Kit shall meet the requirements of performance specification MIL-PRF-A3207380A, it's referenced documents and the Engineering Change Proposals (ECPs) identified in the RFP. It is anticipated that the formal release of the RFP will be in August 2001, with proposals due approximately 30 days later. Acquisition strategy is as follows: (1) Full and Open Competition; (2) Two Firm-Fixed Price awards will be made split approximately 70%/30% by quantity; (3) Award(s) will be made on a Best-Value Basis; (4) Both contracts will be Multi-Year Contracts, containing two base years (FY02 and FY03) of delivery requirements plus options for additional quantities and spares requirements for three years (FY02, FY03 and FY04). The FY02 and FY03 base requirements are approximately 674 each and 495 each respectively. Option requirements for FY02, FY03 and FY04 are approximately 150 each, 440 each and 1,100 each respectively. Additional options for "Spare Parts" will be included for varying quantities up to 150 each per year, depending upon the item. Contract award is projected for January 2002, with deliveries beginning in November 2002 with a possible ship to address of McKinney, Texas and/or Palm Bay, Florida. The Standard Advanced Dewar Assembly, Type II (SADA II), NSN: 5855-01-446-7217, Part Number: A3190641-1 shall be provided as Government Furnished Material. Multiple Sources for the NV-80 B-Kit Afocal and Imager (Critical Sub-Assemblies) will be encouraged by the Government. Successful completion of First Article Testing or Qualification Testing is required prior to Government acceptance of product. The draft RFP is projected for release on the Interactive Business Opportunity Page (IBOP), https://abop.monmouth.army.mil, mid/late July. Due to the requirements involved, this acquisition is classified as SECRET. This classification requires that any potential contractor be cleared for access to SECRET information. All interested contractors possessing a SECRET clearance should forward their "in the clear" address and CAGE Code to US Army CECOM, CECOM Acquisition Center, ATTN: AMSEL-AC-CC-RT-F, Joseph Manganaro, Fort Monmouth, NJ 07703-5008, E-Mail Address: joseph.manganaro@mail1.monmouth.army.mil. See Numbered Note 26.
- Web Link
- Interactive Business Opportunity Page (IBOP) (https://abop.monmouth.army.mil)
- Record
- Loren Data Corp. 20010712/58SOL001.HTM (W-191 SN50R3K3)
| 58 - Communication, Detection and Coherent Radiation Equipment Index
|
Issue Index |
Created on July 10, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|