Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 23,1998 PSA#2017

NASA/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