Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 30,1995 PSA#1356

Federal Aviation Administration, Mike Monroney Aeronautical Center, NAS Acquisition Contracting Team, AMQ-210, P.O. Box 25082, 6500 S. MacArthur Blvd., Oklahoma City, OK 73125-4929

17 -- CEGS MONITOR COMBINING NETWORK SOL DTFA-02-95-B-50035 DUE 080295 POC Brenda Welchel, 405-954-7736 The Federal Aviation Administration (FAA) has a requirement for the acquisition, fabrication, assembly, and packaging of 15 each Type FA-9926 Capture Effect Glide Slope (CEGS) Monitor Combining Networks. This requirement is part of the Service Life Extension Project for Mark 1b and 1c Instrument Landing System (ILS) facilities. CEGS Monitor Combining Networks will be built in accordance with FAA Purchase Description NASED-N-106, FAA Standard FAA-STD-103d, Quality Control Program Requirements, and FAA Specification FAA-E-2492/2b, Instrument Landing System Equipment Requirements. First Article (FA) testing is required within 90 days from date of contract award. Delivery of production units is required within 120 days from date of FA approval. IAW FAR 52.209-4, Alt.1, the contractor shall produce both the first article and the production quantity at the same facility and shall submit a certification to this effect with each first article. FOB is Destination, Oklahoma City, OK. The Opening/Closing date will be specified in the solicitation. A non-refundable charge of $45.00 will be required for a bid package which will include approximately 127 aperture cards that can only be rread by special equiment and approximately 8 size ''D'' drawings. All requests for a copy of the bid package/solicitation must be in writing and must include a check or money order made payable to the Federal Aviation Administration. To ensure availability, requests must be submitted by June 12, 1995. Telephone requests will not be accepted. After issuance, the solicitation may be viewed at the FAA, without charge, in Room 308 of the Multi-Purpose Bldg., 6500 S. MacArthur Blvd., Oklahoma City, OK. The proposed contract is set-aside 100% for small business. The Standard Industrial Classification (SIC) Code is 3812. All responsible sources may submit a bid which will be considered by the agency. For Minority, Women-Owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT) Office of Small and Disadvantaged Business Utilization has programs to assist minotiry, women-owned and disadvantaged business enterprises to acquire short-term working capital and bonding assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates up to $500,000 per contract to provide accounts receivable financing. The DOT Bonding Assistance Program enables firms to apply for bid, performance and payments bonds up to $500,000 per contract. DOT provides an 80 percent guaranty on the bond amount to a surety against losses. For further information and applicable forms concerning the STLP and Bonding Assistance Program, please call (800) 532-1169. (0145)

Loren Data Corp. http://www.ld.com (SYN# 0264 19950526\17-0001.SOL)


17 - Aircraft Launching, Landing and Ground Handling Equipment Index Page