Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2002 FBO #0273
SOURCES SOUGHT

16 -- SOURCES SOUGHT FOR FUEL PUMP TEST STAND

Notice Date
8/30/2002
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Navy, Naval Air Systems Command, JACKSONVILLE NAVAL AVIATION DEPOT, 6206 Avaiation Avenue, Jacksonville, FL, 32212
 
ZIP Code
32212
 
Solicitation Number
N65886-02-P5-AC153
 
Response Due
9/8/2002
 
Point of Contact
Richard Paquette, Contract Specialist, Phone (904) 317-1989, Fax (904) 317-1991,
 
E-Mail Address
paquettera@navair.navy.mil
 
Description
PROPOSED SOURCES SOUGHT SYNOPSIS J52 JET ENGINE FUEL PUMP TEST STAND The Naval Aviation Depot at the Naval Air Station Jacksonville, Florida, is seeking eligible small business firms capable of providing a new J52 Aircraft Jet Engine Fuel Pump test stand. The contractor will be responsible for the design, fabrication, delivery, installation and operator training on the test stand, which will be used to troubleshoot and verify performance of the following J52 engine fuel pumps: P/N 023830-067-10 and P/N 023830-067-11. Based on a review of industry response to this Sources Sought Synopsis, the Government will decide whether it is appropriate to offer the J52 Fuel Pump Test Stand as a competitive Small Business Set Aside. This office anticipates an award of a contract for this hardware no later than 30 September 2002. The appropriate NAICS is 334519, size standard 500 employees. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine the availability and adequacy of potential small business sources prior to determining the method of acquisition and issuance of a Request for Proposal. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. The Government is anticipating a Commercial Item Type Acquisition under FAR Part 12 with a firm fixed price contract being the preferred contract type. This procurement is for an urgent fleet requirement and all interested contractors must be able to demonstrate the ability to rapidly plan for and execute this requirement if selected for award with delivery of the test stand no later than March 2003 but preferably sooner. GENERAL DESCRIPTION OF REQUIREMENT: The contractor shall develop and install a new J52 Fuel Pump Test Stand. The new Test Stand (T/S) shall be equipped with state-of-the-art electronic components that are easily maintained and supportable for the next 15 years. The new T/S shall perform in a similar manner to a currently operating J52 Fuel Pump T/S manufactured by Scans Associates in 1965 to test J52 Jet Engine Fuel Pumps. The new T/Ss will contain all new modern counterparts to the existing Scans Assoc. T/S components. The contractor shall provide a centralized data acquisition and control system integrated into a PC-based system with parameters viewed on screen and without the dedicated individual indicators and controls used in the legacy systems. The T/S Computer System shall provide semi-automatic and manual control of critical parameters used in J52 Fuel Pump Acceptance Test Requirements. The Computer system shall measure system response parameters using state of the art data acquisition technology and industry standard PC-based technology. Contractor developed software shall execute on the computer hardware operating system. The software shall consist of five major modules: (1) instrumentation module (IM), (2) executive module (EM), (3) applications module (AM), (4) calibration module (CM), (5) development module (DM). The IM shall consist of all software required to perform data acquisition and display necessary for automated fuel pump testing. The EM shall consist of all control software necessary to perform closed loop testing of fuel pumps. The EM shall be designed so that a single operator can operate the system. The AM shall consist of all software necessary to sequence all tests and perform all calculations, plots and printouts required by the NAVAIR manual. The CM shall provide the software needed to perform the calibration procedures for periodic (every 6 months minimum) calibration of all test stand stimulus and measurement components. The DM shall consist of software required to perform software development and maintenance. Documentation shall include but not be limited to three sets of test stand manuals describing total system and the manner in which it functions, three sets of test stand operation and maintenance manuals, three sets of test stand drawings and wiring diagrams and recommended spare parts list that is easily cross referenced. The contractor shall perform installation on site and conduct training for NADEP Jacksonville, FL personnel. The test stand will be operational within 6 months after award. A specification sheet further describing the J52 Fuel Pump Test Stand is available by contacting the Contract Specialist, LT Richard Paquette, paquettera@navair.navy.mil. It is requested that interested small businesses submit to the contracting office a brief capabilities statement (no more than 5 pages in length, single-spaced, 12 point font minimum) demonstrating capability to provide the required hardware. In the capabilities statement, please include the company profile to include number of employees, annual revenue history, office location(s), DUNs number, and a statement regarding current small business status. The capability statement package shall be sent to the following address: Naval Air Depot Jacksonville, Contracts Management Office (Code 6.1.7), Naval Air Station, Jacksonville, FL 32212-0016; or, by electronic mail to paquettera@navair.navy.mil. Submissions must be received no later than 08 September 2002, 2:00pm EST. Questions or comment regarding this notice may be addressed to LT Richard Paquette at (904) 317-1989.
 
Place of Performance
Address: Naval Aviation Depot, Naval Air Station, Jacksonville, FL
Zip Code: 32212-0016
Country: USA
 
Record
SN00155139-W 20020901/020830213854 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.