SOLICITATION NOTICE
69 -- N61339-07-CFMKIT
- Notice Date
- 8/16/2007
- Notice Type
- Solicitation Notice
- NAICS
- 334419
— Other Electronic Component Manufacturing
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Training Systems Division, 12350 Research Parkway Code 253, Orlando, FL, 32826-3224, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- N61339-07-CFMKIT
- Response Due
- 8/30/2007
- Archive Date
- 9/14/2007
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 13 and 12.6, as supplemented with additional information included in this notice. The Government will award this requirement as a Purchase Order, using policies and procedures in accordance with FAR parts 12 and 13. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation N61339-07-CFMKIT is issued as a request for proposal and incorporates the provisions and clauses in effect through Federal Acquisition Circular 01-9. The NAICS Code for this solicitation is 334419 with a size standard of 500 employees. This solicitation sets forth the requirements for procuring a control Force Measurement (CFM) kit that is utilized to perform annual and regular simulator evaluations and/or preventive maintenance checks of the mechanical characteristics (rigging, smoothness, travel, etc?), static forces, and dynamic response of the control loading system. The CFM kit shall provide means to check and/or aid in re-tuning the control loading system to ensure it is within tolerance after replacing a defective/worn out part such as an electric motor ( for electric based systems), hydraulic load unit (for hydraulic based systems), control linkage/rod, torque tube, or other inherent components. The CFM kit shall support and provide valuable data for Pre-Mod Inspections (PMI) or functional baseline testing prior to installing an associated mod to a specified training device. The CFM kit shall aid in troubleshooting discrepancies such as those found on the CH-53E trainer, Device 2F190-1 located at New River, NC by providing current test plots and then comparing them against previous and know baseline test results. The CFM kit shall provide Contractor Operations and Maintenance Simulators (COMS) personnel a tool whereby they can perform essential tests and evaluate the resultant test plots should an aircrew member write a formal and logged discrepancy related to the control feel/force or performance of the control loading/flight controls. The CFM kit shall provide means to capture actual aircraft flight control mechanical characteristics, static forces, and dynamic responses for a new program. This combined synopsis/solicitation is also posted on the Naval Air Warfare Center website located at http://www.ntsc.navy.mil/EBusiness/BusOps/Index.cfm. Be advised that periodic access to this website is essential for obtaining updated information and the latest information regarding this solicitation. No further information will be posted to this website. Contract Line Item Numbers (CLINS) are as follows: CLIN 0001: The contractor shall deliver one Control Force Measurement (CFM) kit. The anticipated award date is O/A 5 September 2007. Acceptance shall be made at destination upon delivery. Delivery shall be made FOB Destination. Contractor is requested to provide the best delivery schedule. Invoices shall be submitted through the DFAS website: www.wawf.eb.mil Payment will be made by the appropriate DFAS finance center upon delivery of the items and approval from the Contracting Officer Representative on-site. It is mandatory to register with the CCR; your DUNS number and CAGE code will be required to conduct business with the Department of Defense. This solicitation is a 100% Set Aside for Small Business. All responsible sources may submit a quotation which, if received in a timely manner, shall be considered by the agency. Award will be evaluated under FAR Part 12 and 13, and will be made in the form of a Commercial Firm Fixed Price Contract. The basis for award will be Low Price Technically Acceptable. The following FAR provisions and clauses apply to this acquisition: 52.212-4, 52.215-5 (Dev). The following clauses also apply: DFARS 252.204-7004 and DFARS 252.212-7001. A COMPLETE COPY OF THE FOLLOWING MUST BE INCLUDED WITH THE QUOTE: FAR 52.213-3, AND DFARS 252.212-7000. The DPAS rating for this solicitation is not applicable. The offeror will submit the following: (1) Written offer (52.212-1(b)), (2) descriptive literature to reflect all functional requirements as specified above, and (3) completed Representations and Certifications (52.212-3). See Note 22 (45 days is changed to read 10 days). Quote is due at 2:00PM EST on 30 August 2007 and may be faxed to (407)380-8406 (ATTN: T?ann Perrault), e-mailed to tann.perrault@navy.mil or mailed to the address above. All information shall be furnished at no cost or obligation to the Government. If no affirmative written response is received, the contract will be awarded without further notice. For information regarding this combine synopsis/solicitation, please contact T?ann Perrault, Contract Specialist at (407)380-4723.
- Place of Performance
- Address: MCAS MIRAMAR, SANDIEGO, CA
- Zip Code: 92145
- Country: UNITED STATES
- Zip Code: 92145
- Record
- SN01375361-W 20070818/070816222350 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |