|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 23,1998 PSA#2017NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail
Code: BL 16 -- T-38A/N QUALIFIED ESCAPE SYSTEM SOL 9-BL2-04-7-09P POC Stacy L.
Mcdaniel, Contract Specialist, Phone (281) 244-9926, Fax (281)
244-9907, Email smcdanie@ems.jsc.nasa.gov -- Alice J. Pursell,
Contracting Officer, Phone (281) 244-9922, Fax (281) 244-9907, Email
apursell@ems.jsc.nasa.gov WEB: Click here for the latest information
about this notice,
http://procurement.nasa.gov/EPS/JSC/date.html#9-BL2-04-7-09P. E-MAIL:
Stacy L. Mcdaniel, smcdanie@ems.jsc.nasa.gov. NASA/JSC plans to issue
a Request for Proposal (RFP) for 35 T-38A/N Qualified Escape Systems
(including data, training, testing, program support and status, and all
other requirements included in the Statement of Work). The RFP will
include Option 1 for NASA required aditional testing (1 to a maximum of
4) for 0/0 testing; Option 2 for NASA required additional testing (1 to
a maximum of 4) for High Speed Testing; Option 3 five additional
T-38A/N Qualified Escape Systems; Option 4 Seat Mounted Harness (1 to
a maximum of 86); and Option 5 three years of Technical Support.
Delivery of the first production escape system shall be within 18
months of contract award. The remainder of the systems shall be
delivered in sets of 5 (4 for the last set) every four weeks after the
first production article. Data, training, testing, program support and
status, shall be delivered in the time frame and quantities described
in the SOW. The training seat shall be delivered with the first
production article. If Option 1 orOption 2 are exercised, the test(s)
shall be performed during or immediately following sled testing. If
option 3 is exercised, the ejection systems shall be delivered within
30 months from contract award. If Option 4 is exercised, the seat
mounted harnesses shall be delivered with the escape systems. If Option
5 is exercised, Technical Support shall be available for three years
after expiration of any warranty or after 60 calendar days after
completion of the production run. The Government intends to acquire a
commercial item using FAR Part 12. The SIC Code and Size Standard are
3728 and 1,000 employees, respectively. The DPAS Rating for this
procurement is DO-C9. The provisions and clauses in the RFP and model
contract are those in effect through FAC 97-02. All qualified
responsible sources may submit an offer which shall be considered by
the agency. The anticipated release date of the RFP is on or about
January 20, 1998, with an anticipated offer due date of on or about
March 24, 1998. An ombudsman has been appointed -- See Internet Note
"B". The solicitation and any documents related to this procurement
will be available over the Internet. These documents will be in
Microsoft Office Suite (Word 6.0, Excel 5.0, PowerPoint 4.0) format and
will reside on a World Wide Web (WWW) server, which may be accessed
using a WWW browser application. The WWW address, or URL of the
NASA/JSC Business Opportunities home page is
http://procurement.nasa.gov/EPS/JSC/class.html. Prospective offerors
shall notify this office of their intent to submit an offer. It is the
offeror's responsibility to monitor this site for the release of the
solicitation and amendments (if any). Potential offerors will be
responsible for downloading their own copy of the solicitation and
amendments (if any). Any referenced notes can be viewed at the
following URL: http://genesis.gsfc.nasa.gov/nnotes.htm. (0020) Loren Data Corp. http://www.ld.com (SYN# 0206 19980123\16-0002.SOL)
16 - Aircraft Components and Accessories Index Page
|
|