Market Survey for MX-12607 Image Intensifier Assembly
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Sources Sought (Original)
- Original Published Date: Jun 27, 2022 02:52 pm EDT
- Original Response Date: Jul 08, 2022 04:30 pm EDT
- Inactive Policy: 15 days after response date
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code:
- NAICS Code:
- Place of Performance:
Description
Sources sought to provide the government with the MX—12607 Image Intensifier Assembly (NSN: 5855-01-692-7710), for U.S. Military. Each of these Image Intensifier Assemblies are a component of the AN/AVS-6. The AN/AVS-6 is a helmet mounted or hand-held binocular that provides the capability for pilots to fly in terrain flight modes at night. The system amplifies ambient light (moon, stars, skyglow, etc.) so the viewed scene becomes clearly visible, enabling improved night vision. The Image Intensifier is the component responsible for amplifying ambient light.
The Government requires an estimated quantity of 1,300 MX—12607 (NSN: 5855-01-692-7710) over a 5 year period. The Government possesses detailed drawings and performance specifications for all of these items. These can be made available upon request. This is not a solicitation. This is only an estimate and will not bind the contractor or the Government in any way or at any time into a contract with any of the specified terms below.
Suppliers who are capable of delivery of these items, in accordance with the government data package and in the quantities specified above should contact the government before 20 May 2022. Suppliers will be required to perform Initial Production Testing and Conformance Testing in accordance with the Technical Data Package and Performance Specifications. Submissions can be sent to timothy.l.langan.civ@army.mil. Responses must include documentation that contains the following:
• The contractor must provide information to show that he possesses, or shall possess, adequate production plant facilities (equipment, tooling, and space) to enable him, or his subcontractors, to produce this item.
• Identification of the contractor as a Large or a Small Business. If a Small Business, please identify as an 8(a), HUBZone, Disadvantaged, Women-Owned, or non-disadvantaged.
• Past Performance for these or similar items. The contractor shall submit their part numbers, NSN, or nomenclature and the date of the last manufacturing effort of the same or similar items for which they have production experience. Government contract numbers, if applicable, shall be provided.
• The contractor shall cite the quality standard (either Government or Industry) that shall be in place for this effort.
For more information contact Tim Langan at timothy.l.langan.civ@army.mil or (443)-395-1412.
TDP & Spec Sheets are available from the Government by Request. See Below:
TDP RECEIPT INSTRUCTIONS:
INTERNATIONAL TRAFFIC IN ARMS REGULATIONS: The TDP for this acquisition is subject to the International Traffic in Arms Regulations (ITAR). All technical documents for this item include but is not limited to, test plans, test reports, drawings and specifications contains information that is subject to the controls defined in the International Traffic in Arms Regulation (ITAR). This information shall not be provided to non- U.S. persons or transferred by any means to any location outside the United States Department of State. A company wishing to receive the TDP must have an active status in the Defense Logistics Agency Joint Certification Program (JCP), and must complete the attached NDA. Please email our central inbox DLA_APG_SSA_Posting_Request@dla.mil with the Notice ID (DLA-Aberdeen-xx-xxx) in the subject, the completed and signed NDA attached to the posting, and a copy of your company’s CAGE verification in SAM (System for Award Management). Once the Government has received your NDA, and your company CAGE has been verified to have active status in JCP, we will upload the TDP to DoD SAFE https://safe.apps.mil/. You will then receive an email from DoD SAFE site with a link to the package ID and a password. The TDP may contain drawings in a C4 format. Software to view C4 drawings is available for download through http://www.landandmartitime.dla.mil/Viewers.asp.
Attachments/Links
Contact Information
Contracting Office Address
- DLR PROCUREMENT OPERATIONS - ZL 6565 SURVEILLANCE LOOP RM C4 126B
- ABER PROV GRD , MD 21005
- USA
Primary Point of Contact
- Tim Langan
- timothy.l.langan.civ@army.mil
Secondary Point of Contact
History
- Jul 23, 2022 11:55 pm EDTSources Sought (Original)