|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 8,2000 PSA#2532Department of the Air Force, Air Force Materiel Command, OC-ALC --
(Central Contracting), 3001 Staff Drive, Ste 1AG76A, Tinker AFB, OK,
73145-3015 66 -- SOLE SOURCE -- SMITH INDUSTRIES -REPAIR OF VARIOUS SIGNAL
ACQUISITION UNITS AND CRASH SURVIVABLE MEMORY UNIT APPLICABLE TO THE
F-16 AND C-135 SOL F34601-00-R-43510 DUE 032200 POC Joe Clay,
Contracting Officer, Phone 405-739-4212, Fax 405-739-3462, Email
joe.clay@tinker.af.mil WEB: Visit this URL for the latest information
about this,
http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=F34601-00-R-4
3510&LocID=902. E-MAIL: Joe Clay, joe.clay@tinker.af.mil.
Presolicitation Notice Date Submitted: 03-FEB-2000 OC-ALC/LIDIA DIR
CONTRACTING/COMMODITIES 3001 STAFF DR STE 1AE1/98C TINKER AIR FORCE
BASE OK 73145-3028 J -- VARIOUS SOL F34601-00-R-43510 DUE 032300
OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional information
contact Joe Clay/Lidia/[405]739-4212 Services, Non-Personal: The
contractor shall provide all labor, facilities, equipment and all
material to accomplish overhaul, repair and/or modification, test,
packing, preservation and return to the Government in a completely
serviceable condition, the items of Air Force equipment listed below.
A Firm Fixed Price Requirements type contract is contemplated for One
Year, plus four One-Year Options. The Items and Best Estimated
Quantities (BEQ) are as follows: CLIN 0001: NSN 6610-01-319- CLIN 0001:
4987LN; P/N 160333-09-01; NOUN: Signal Acquisition Unit; APPL: F-16
Acft; Basic Year Qty: 60 Ea; Option I Qty: 72 Ea; Option II Qty: 71 Ea;
Option III Qty: 70 EA; Option IV Qty: 71. Material: Noncorrosive
aluminum alloy containing various electrical components. Dimensions:
7.25"L x 7.00"H x 6.20"W waigh 14.2 lbs. Description and Function: The
SFDR is a recording system designed to provide accident/incident
investigation data, individual aircraft (structure) tracking data,
structural flight and ground loads data, and airframe and engine usage
data. The system performs this operation by storing data transmitted
from various transducers located on the airframe, the engine, and the
multiplex data bus. The data is retrieved. Required delivery is 15 ea
per month ARO Order and Reparables. CLIN 0002: NSN 6610-01-308-6148 LN;
P/N 160333-08-01; NOUN: Signal CLIN 0002: Acquisition Unit; APPL: F-16
ACFT; Basic Year Qty: 69 Ea; Option I Qty: 58 Ea; Option II Qty: 63
Ea; Option III Qty: 62 EA; Option IV Qty:. Material: Noncorrosive
aluminum alloy containing various electrical components. Dimensions:
7.25"L x 7.00"H x 6.20" Weight 14.2 lbs. Description and Function: The
SFDR is a recording system designed to provide accident/incident
investigation data, individual aircraft (structure) tracking data,
structural flight and ground loads data, and airframe and engine usage
data transmitted from various transducers located on the airframe, the
engine, and the multiplex data bus. The data is retrieved. Required
delivery is 15 ea per month ARO Order and Reparables. CLIN 0003: NSN
6610-01-308-5452LN P/N 167252-02-03 and/or NSN CLIN 0003:
6610-01-223-5842LN P/N 167252-02-02; NOUN: Crash Survivability Memory;
APPL: F-16 Acft C/D; Basic Year Qty: 40 Ea; Option I Qty: 39 Ea;
Option II Qty: 40 Ea; Option III Qty: 38 EA; Option IV Qty: 37.
Material: Noncorrosive aluminum alloy containing various electrical
components. Dimensions: 6.37"L x 3.00"H x 3.8"W Weight 5.59 lbs.
Description and Function: The crash survivable memory unit provides
storage of compressed mishap data and interface circuit that
communicates with the SAU in an armored, insulated and sealed enclosure
designed to withstand the destructive forces of fire, water and
chemical exposure typical of an aircraft mishap on land or ship deck.
Required delivery is 15 ea per month ARO Order and Reparables. CLIN
0004: NSN 6610-01-305-8863LN; CLIN 0004: P/N 169949-01-01; NOUN: Flight
Data Recorder; APPL: F-16 Acft; Basic Year Qty: 9 Ea; Option I Qty: 9
Ea; Option II Qty: 13 Ea; Option III Qty: 12 EA; Option IV Qty: 10.
Material: Noncorrosive aluminum alloy containing various electrical
components. Dimensions: 7.25"L x 7.00"H x 6.20"W Weight 12.2 lbs.
Description and Function: The SDRR is a solid-state signal processing
and storage device that receives analog signals, discrete signals, and
avionics multiplex bus (AMUX) serial data from various sensors and
components within the aircraft. These signals are converted into a
comprssed digital format for storage. The SDRR collects, encodes,
decodes and stores data in the CSMU's Non- Volatile Memory (NVM).
Required delivery is 1 ea per month ARO Order and Reparables. CLIN
0005: NSN CLIN 0005: 6610-01-429-6897LN; P/N 160333-10-01; NOUN: Signal
Acquisition Unit; APPL: F-16 Acft; Basic Year Qty: 48 Ea; Option I Qty:
48 Ea; Option II Qty: 48 Ea; Option III Qty: 48 EA; Option IV Qty: 48.
Material: Noncorrosive aluminum alloy containing various electrical
components. Dimensions: 7.25"L x 7.00"H x 6.20"W Weight 12.2 lbs.
Description and Function: The SAU is divided into two major sections,
a digital and an analog section. The digital section provides OFP
execution, digital data acquisition and communication and data storage.
The analog section provides analog data acquisition and output discrete
generation, and is treated as an independent section. Required delivery
is 4 ea per month ARO Order and Reparables. CLIN 0006: NSN
6610-01-412-5776LN; P/N 169949-06-01 CLIN 0006: to be repaired,
modified and return as NSN 6610-01-447-0695LN P/N 169949- 06-02; NOUN:
Signal Acquisition Unit; APPL: F-135 Acft; Basic Year Qty: 48 Ea;
Option I Qty: 48 Ea; Option II Qty: 48 Ea; Option III Qty: 48 EA;
Option IV Qty: 48. Material: Noncorrosive aluminum alloy containing
various electrical components. Dimensions: 7.25"L x 7.00"H x 6.20"W
Weight 12.2 lbs. Description and Function: The SAU is divided into two
major sections that process and store Load/Environment Spectra Survey
(L/ESS) data in the C-135. A digital section provides for OFP
execution, digital data acquisition and communication, and data
storage. An analog section provides for analog data acquisition and
output discrete generation, and is treated as an independent section.
Required delivery is 4 ea per month ARO Order and Reparables. CLIN
0007: NSN 6610-01-447-0695LN; CLIN 0007: P/N 169949-06-02; NOUN: Signal
Acquisition Unit; APPL: C-135 Acft; Basic Year Qty: 48 Ea; Option I
Qty: 48 Ea; Option II Qty: 48 EA; Option III Qty: 48 EA; Option IV Qty:
48. Material: Noncorrosive aluminum alloy containing various electrical
components. Dimensions: 7.25"L x 7.00"H x 6.20"W Weight 12.2 lbs.
Description and Function: The SAU is divided intotwo major sections
that process and store Load/Environment Spectra Survey (L/ESS) data in
the C-135. A digital section provides for OFP execution, digital data
acquisition and communication, and data storage. An analog section
provides for analog data acquisition and output discrete generation,
and is treated as an independent section. Required delivery is 4 ea per
month ARO Order and Reparables. CLIN 0008: NSN 6610-01-434-0289; P/N
169961-09-01; CLIN 0008: NOUN: Crash Survivable Memory Unit; APPL: F-16
Acft; Basic Year Qty: 20 Ea; Option I Qty: 20 Ea; Option II Qty: 20 Ea;
Option III Qty: 20 EA; Option IV Qty: 20. Material: Armor plated, fire,
heat, and shock-resistant solid-state storage device. Dimensions: 6.5"L
x 3.3"H x 4.00"W Weight 5 lbs. Description and Function: The CSMU
receives digital data from the SAU and stores it in a Non-Volatile
Memory (NVM). The CSMU protects the data from loss during an aircraft
crash and/or fire. Required delivery is 2 ea per month ARO Order and
Reparables. CLIN 0009: Over and Above CLIN 0010: CLIN 0009: CLIN 0010:
Data. Deliveries are TBD. Award may include Options. No telephone
requests. Only written or faxed requests received directly from the
requestor are acceptable. All responsible sources may submit a bid,
proposal, or quotation which shall be considered. REPLY FAX NUMBER is
(405)739-3462, ATTN: Joe G. Clay. Qualification requirements: Sources
must be qualified prior to being considered for award. The solicitation
will contain instructions for obtaining further information on this
requirement. The requirements of FAR 9.202(A) have been completed and
copies of the qualification requirements and standards may be obtained
as described in the solicitation. These qualification requirements
apply to line item(s) all The approximate issue/response date will be
22 Feb 2000. Written procedure will be used for this solicitation. To:
Smiths Industries, Grand Rapids Mi 49512 1991. No telephone requests.
Only written or faxed requests received directly from the requestor
are acceptable. All responsible sources solicited may submit a bid,
proposal, or quotation which shall be considered. Authority: 10 U.S.C.
2304(C)(1), Justification: Supplies (or Services) required are
available from only one or a limited number of responsible source(s)
and no other type of supplies or services will satisfy agency
requirements. The proposed contract action is for supplies and services
for which the Government intends to solicit and negotiate with only
one, or a limited number of sources under the authority of FAR 6.302.
Interested persons may identify their interest and capability to
respond to the requirement or submit proposals. This notice of intent
is not a request for competitive proposals. However, all proposals
received within forty five-days (thirty days if award is issued under
an existing basic ordering agreement) after date of publication of this
synopsis will be considered by the Government. A Determination by the
Government not to compete this proposed contract based upon responses
to this notice is solely within the discretion of the Government.
Information received will normally beconsidered solely for the purpose
of determining whether to conduct a competitive procurement. Award
will be made only if the offeror, the product/service, or the
manufacturer meets qualification requirements at the time of award in
accordance with FAR clause 52.209-1. The solicitation identifies the
office where additional information can be obtained concerning
qualification requirements as cited in each individual solicitation. It
is suggested that small business firms or others interested in
subcontracting opportunities in connection with the described
procurement make contact with the firm(s) listed. Specifications,
plans, or drawings relating to the procurement described are incomplete
or not available and cannot be furnished by the Government. Note: An
Ombudsman has been appointed to hear concerns from offerors or
potential Offerors during the proposal development phase of this
acquisition. The purpose of the Ombudsman is not to diminish the
authority of the program director or contracting officer, butto
communicate contractor concerns, issues, disagreements, and
recommendations to the appropriate government personnel. When
requested, the Ombudsman will maintain strict confidentiality as to
source of the concern. The Ombudsman does not participate in the
evaluation of proposals or in the source selection process. Interested
parties are invited to call the Ombudsman at (405) 736-3273. DO NOT
CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed solicitation
requests can be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015,
FAX NUMBER (405)739-5411. This acquisition involves technology that has
a military or space application. The extent of foreign participation
has not yet been determined. Nothing in this notice contradicts other
restrictions, identified in the synopsis notice or solicitation,
regarding eligible sources (e.g., if this is a small(C)business
set(C)aside, foreign sources may not participate as potential prime
contractors but could, if otherwise eligible, participate as
subcontractors). See Note (s) 12, 22, 23. No URL Listed. Click Here to
E-mail Buyer Posted 02/04/00 (I-SN422206). (0035) Loren Data Corp. http://www.ld.com (SYN# 0281 20000208\66-0003.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|