SOURCES SOUGHT
99 -- Integrated Procedures Trainers for King Air C90GTi Aircraft
- Notice Date
- 8/25/2009
- Notice Type
- Sources Sought
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION, ASW-55 ASW - Southwest
- ZIP Code
- 00000
- Solicitation Number
- DTFASW-10-R-00008
- Response Due
- 8/31/2009
- Archive Date
- 9/15/2009
- Point of Contact
- Jeffrey Adkins, (817) 224349
- E-Mail Address
-
jeffrey.adkins@faa.gov
(jeffrey.adkins@faa.gov)
- Small Business Set-Aside
- N/A
- Description
- The Federal Aviation Administration (FAA) Acquisition Management Branch, Central Service Area, ASW-52 is seeking qualified contractors interested in providing an offer to supply up to four (4) Integrated Procedures Trainers (IPT) to support training for King Air C90GTi turbo-prop aircraft. The IPT must meet the following general description: a. Provide high fidelity simulation of the cockpit displays, avionics, controls, equipment and functions of the Hawker Beechcraft King C90GTi aircraft. b. Provide complete systems integration training including the Collins ProLine 21 avionics suite and cockpit displays installed in the aircraft. c. Provide interactive presentation and control of systems and functions on multiple touch-sensitive LCD monitors. Touching switches, levers, etc shall allow the user to monitor or perform all the functions that would be performed in the aircraft. d. The overall size and relative location of the instrument panel, pedestal, overhead panel and circuit breaker panel(s) shall approximate those of the Hawker Beechcraft King C90GTi aircraft. e. An instructor station shall be provided that allows instructor management of the training environment or self-guided practice by the user. f. Software must be able to be updated as required to accommodate manufacturer's recommended or mandated changes in avionics software, cockpit displays and systems operation. The resultant contract will be a base award for one IPT, with options for three additional units. Delivery of the initial IPT is desired in the 1st quarter of fiscal year 2010. Delivery of the other IPTs, if awarded, would occur over a 12-month period from date of award. PROSPECTIVE OFFERORS MUST PROVIDE THE PRODUCT LITERATURE AND PAST PERFORMANCE INFORMATION LISTED IN ITEMS A - C BELOW, AND A COMPLETED BUSINESS DECLARATION FORM, IN ORDER TO RECEIVE A SOLICITATION PACKAGE: A. The contractor must have previously provided an Integrated Procedures Trainer, meeting the general description above, to a Federal or State Agency, or commercial entity within the past three years. B. The contractor must provide product literature confirming that the product to be offered meets, or will be modified to meet, the general description in Items a through e above. C. Interested sources must provide past performance information, to include the name of the Government or civilian commercial entity to which the IPT was were provided, the contract number, and a point of contact (including phone number and email address). This information must be submitted, along with the Business Declaration form that is attached to this notice. NOTE: To be eligible to receive the solicitation package, responding companies must supply the requested Past Performance information, Product Literature, and Business Declaration form. The information must be received not later than 3:00 PM Central Standard Time on August 31, 2009. Responses must not exceed 25 pages in length. Responses can be submitted via regular mail or email as provided below: Mail: Federal Aviation AdministrationAttn: Jeff Adkins, ASW-522601 Meacham Blvd.Fort Worth, TX 76248 Email: Jeffrey.adkins@faa.gov Failure to submit all required information will cause the request to be deemed non-responsive. NOTES: 1. This project is being solicited using Full and Open Competition procedures, without regard to Business Size. 2. The NAICS code is 333319 - Other Commercial and Service Industry Machinery Manufacturing. 3. Contractors must have active registration in Central Contractor Registration (CCR) before award can be made. Contractors can register at www.ccr.gov/. NOTICE for informational purposes for Minority, Women-owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization (OSDBU), has a program to assist small businesses, small businesses owned and controlled by socially and economically disadvantaged individuals, and women-owned concerns to acquire short-term working capital assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $500,000. For further information and applicable forms concerning STLP, call the OSDBU at (800) 532-1169.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/SWR/DTFASW-10-R-00008/listing.html)
- Record
- SN01926195-W 20090827/090826001507-f02f3040a656e580f5f03dc9e858c49b (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 |