Inactive
Notice ID:W56JSR-20-F-0002
This market survey is released in order to comply with the Federal Acquisition Regulation (FAR) Part 10, paragraph 10.001(a)(2)(v). Contract W909MY-18-D-0032 was awarded to DRS Network & Imaging Syste...
This market survey is released in order to comply with the Federal Acquisition Regulation (FAR) Part 10, paragraph 10.001(a)(2)(v). Contract W909MY-18-D-0032 was awarded to DRS Network & Imaging Systems, LLC (DRS), CAGE Code: 32865 on 6 September 2018 for services related to thermal imaging capability for the U.S. Army. The Second Generation Forward Looking Infrared (2GF) provides night vision targeting capabilities for armored vehicles and long range night vision reconnaissance capabilities to the Warfighter. The B-Kit is infrared camera components which are integrated into the Thermal Receiver Units (TRU) A-kit housing to create the night vision capability. DRS is the developer for the 2GF TRU A-Kit and specific 2GF B-Kit components and is currently providing repair services satisfactorily under Contract W909MY-18-D-0032. The Government does not possess the 2GF B-Kit detailed build-to print TDP. Integrated Logistics Support Center (ILSC) is querying the marketplace to determine if there are other sources capable of satisfying the Government’s requirements for services for the 2GF TRU. The Government’s immediate and projected requirements include test and inspect and repair services. In general, the source must be capable of providing repair and test and inspection of unserviceable parts. The source will be required to mark parts with part number, National Stock Number (NSN), and Unique Item Identification (UID). The services is procured via a five year, Indefinite Delivery/Indefinite Quantity (IDIQ) contract and consist of the following items (Nomenclature and NSNs are specified): Description NSN Common Power Supply 5998-01-530-1227 Imager 5855-01-464-1513 Interface and Graphics CCA 5998-01-530-1095 Afocal 6650-01-538-5879 TIS Power Supply 5998-01-530-1155 Motor Control CCA 5998-01-530-1438 Each potential source must provide a response to this market survey, addressing their ability to provide the services specified above for the 2GF. The response is not to exceed 10 pages in length. Acceptable file formats for the response include Microsoft Word, text, rich text or Adobe Acrobat. Email the response to Jon Starkell, jon.l.starkell.civ@mail.mil by 29 November 2019, 12pm EST. Phone inquiries will not be accepted either as a response to this action or for information requests. All requests for information must be emailed to the above address. This market survey is not to be construed as a guarantee that the Government will issue a future solicitation for the services cited herein.