|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 2,1998 PSA#2023NASA/Langley Research Center, Mail Stop 144, Industry Assistance
Office, Hampton, VA 23681-0001 60 -- THRUST MODE SELECT PANEL SOL 1-128-GND.1153 DUE 021298 POC
Cynthia W. Dea, Purchasing Agent, Phone (757)-864-2440, Fax (757)
864-8863, Email C.W.DEA@larc.nasa.gov WEB: Click here for the latest
information about this notice,
http://nais.nasa.gov/EPS/LaRC/date.html#1-128-GND.1153. E-MAIL: Cynthia
W. Dea, C.W.DEA@larc.nasa.gov. This notice is a combined
synopsis/solicitation for commercial items prepared in accordance with
the format in FAR Subpart 12.6, as supplemented with additional
information included in this notice. This announcement constitutes the
only solicitation; quotes are being requested and a written
solicitation will not be issued. This procurement is being conducted
under the Simplified Acquisition Procedures (SAP). Thrust Mode Select
Panel 2 EACH as follows: The Thrust Mode Select Panel provides the
means for allowing the aircraft pilot to select a desired engine thrust
mode during flights. When the pilot selects one of the seven controls
(spec 4a through g, below) on the panel, electrical commands are
transmitted to the on-board Thrust Management Computer (spec 3, below),
which then directly commands the engines. Thrust Mode Select Panel
Specifications: 1. Physical and electrical compatibility with Boeing
757-200 aircraft. 2. Physically and electrically identical to the
following part numbers: a. General Electric part number
89954-143D6354G2 b. Boeing part number S241T200-154 3. Must
electrically interface with Boeing part number S241T200-1405 Thrust
Management Computer via ARINC 429 digital input and output busses. 4.
Must have the following mode select controls with the functions listed:
a. TO/GA Takeoff/Go Around thrust limit mode select request generated
to Thrust Management Computer. Takeoff mode is selected when on the
ground, and Go Around mode is selected when airborne. b. CLB Climb
thrust limit mode select request generated to Thrust Management
Computer. c. 1 First thrust derate mode selects fixed thrust reduction
schedule 1. d. 2 Second thrust derate mode selects fixed thrust
reduction schedule 2. e. CON Continuous thrust mode limit mode request
generated to Thrust Management Computer. f. CRZ Cruise thrust mode
limit mode request generated to Thrust Management Computer. g. TEMP SEL
Selects an assumed temperature request from 0 to 70 degrees Centigrade
to be generated to the Thrust Management Computer. This temperature is
used to calculate the appropriate takeoff thrust limit. 5. Flight
certification not required. 6. Used items acceptable with minimum
manufacturer's warranty of 6 months repair or replace. The provisions
and clauses in the RFQ are those in effect through FAC 97-02. This
procurement is a total small business set-aside. See Note 1. The SIC
code and the small business size standard for this procurement are 3728
and 1000, respectively. The quoter shall state in their quotation their
size status for this procurement. All qualified responsible business
sources may submit a quotation which shall be considered by the agency.
Delivery to LaRC is required within 30 days ARO. Delivery shall be FOB
Destination. The DPAS rating for this procurement is DO-C9. Quotations
for the items(s) described above may be mailed or faxed to the
identified point of contact [or bid distribution office, by the
date/time specified and include, solicitation number, FOB destination
to this Center, proposed delivery schedule, discount/payment terms,
warranty duration (if applicable), taxpayer identification number
(TIN), identification of any special commercial terms, and be signed by
an authorized company representative. Quoters are encouraged to use the
Standard Form 1449, Solicitation/Contract/Order for Commercial Items
form found at URL:
http://procure.arc.nasa.gov/Acq/Standard_Forms/Index.html to submit a
quotation. Quoters shall provide the information required by FAR
52.212-1. Addenda to FAR 52.212-1 are as follows: 52.225-1. If the end
product(s) quoted is other than domestic end product(s) as defined in
the clause entitled "Buy American Act -- Supplies," the quoter shall
so state and shall list the country of origin. The Representations and
Certifications required by FAR 52.2l2-3 may be obtained via the
internet at URL: ftp://procure.msfc.nasa.gov/pub/reps_certs/sats FAR
52.212-4 is applicable. Addenda to FAR 52.212-4 are as follows:
52.219-6, 52.227-14, and 1852.215-84. FAR 52.212-5 is applicable andthe
following identified clauses are incorporated by reference. 52.222-26,
52.222-35, 52.222-36, 52.222-37, 52.225-3, 52.225-18, 52.225-21 Alt 1.
Quotations are due by February 12, 1998 to the address specified above.
Selection and award will be made (on an aggregate basis) to the lowest
priced, technically acceptable quoter. Technical acceptability will be
determined by information submitted by the quoter providing a
description in sufficient detail to show that the product quoted meets
the Government's requirement. Quoters must provide copies of the
provision at 52.212-3, Offeror Representation and Certifications --
Commercial Items with their quote. See above for where to obtain copies
of the form via the Internet. An ombudsman has been appointed -- See
Internet Note "B". It is the quoter's responsibility to monitor this
site for the release of amendments (if any). Potential quoters will be
responsible for downloading their own copy of this combination
synopsis/solicitation and amendments (if any). Any referenced notes can
be viewed at the following URL:
http://genesis.gsfc.nasa.gov/nnotes.htm. (0029) Loren Data Corp. http://www.ld.com (SYN# 0371 19980202\60-0001.SOL)
60 - Fiber Optics Materials, Components, Assemblies and Accessories Index Page
|
|