Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 19, 2003 FBO #0474
SOLICITATION NOTICE

16 -- PROCURE 2 TEST SETS AND UPGRADE 2 TEST SETS - USED FOR TESTING AIRCRAFT FLIGHT CONTROL COMPONENTS

Notice Date
3/17/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
USPFO for Missouri, 7101 Military Circle, Jefferson City, MO 65101-1200
 
ZIP Code
65101-1200
 
Solicitation Number
DAHA23-03-T-0041
 
Archive Date
5/26/2003
 
Point of Contact
SHIRLEY ZBINDEN, 573-638-9900
 
E-Mail Address
Email your questions to USPFO for Missouri
(shirley.zbinden@mo.ngb.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This solicitation document and incorporated provision and clauses ar e those in effect through Federal Acquisition Circular 2001-12. This announcement constitutes the only solicitation; and is being issued as a request for quotes and a written solictation will not be issued. You may view the solicitation at http://www.uspf o-mo.org. Solicitation is issued as a total 100% small business set-aside under NAIC 333319, SIC 3699. Small Business size is 500 employees. This is a Brand Name 0nly, No Substitution requirement. These specific brands and part number are required by the government for compatibility with existing software and parts. Requirements for Line Item #0001 are two (2) Upgrade Kits for existing Government owned Ultrax Software Configurable Automated Test Set (SCATS). Specifications for Line Item #0001 are: This 0 2-1031-01 system upgrade referred to as Upgrade includes additional ICDs (Interconnect Devices), interface cables, and hardware components identified in paragraph 2.0 to upgrade the existing test network in place at Missouri AVCRAD. Part number 02-1031-01 shall be installed at the factory and all other components in paragraph 2.0 will be installed by MO-ACRAD. (The systems will be shipped to the factory at Government expense and returned at the vendor?s expense). The Upgrade uses an existing software sit e license so all existing software will run on any SCATS in our system. Two SCATS currently exist at Missouri AVCRAD. These are both PN?s 00-0908-27, serial number 3X02010801 and serial 0017 and after upgrade will be referred to as SCATS PN: 03-0126-01. 1.0 SCOPE; 1.0.1 The Upgrade shall ensure that both existing SCATS will become PN: 03-0126-01; 0.2 The Upgrade shall fully function using all software site licenses currently owned by Missouri AVCRAD; 1.0.3 The Upgrade shall include ICD?s and respective interface cables specified in Paragraph 2.0; These shall bring both SCATS to execute any existing software on both SCATS, simultaneously; 1.0.4 The Upgrade shall be commercial off-the-shelf; 1.0.5 Technical documentation on the Upgrade is not available;1 .0.6 After upgrade SCATS PN: 03-0126-01, Serial numbers 3X02010801 and number 0017 will have full warranty for one year. 2.0 UPGRADE HARDWARE LIST; 2.0.1 The Upgrade shall consist of the following Ultrax PNs: 3 ea #00-1031-03ICD,Mode Select Panel; 3 ea # 01-0129-01 Cable, Mode Select Panel; 3ea #01-0129-02 Cable, Mode Select Panel; 3ea #00-0919-04 ICD, SAS Amplifier; 3ea #00-1213-06 Cable, SAS Amplifier; 3ea #00-0831-17 ICD, Stabilator Amplifier; 3ea #00-1104-01 Cable, Stabilator Amplifier; 3ea #00-0908-02 Cable, Stabilator Amplifier; 3ea #00-1106-01 Cable, Stabilator Amplifier; 3ea #00-0919-20 Cable, Stabilator Amplifier; 3ea #01-0827-10 ICD, ADU; 3ea #01-1220-02 Cable Kit, ADU; 1 ea #00-1031-01 ICD, AFCS Computer; 1 ea #00-1101-12 Cable Kit,AFCS Computer ; 2 ea #02-1031-01 Maintenance Panel Upgrade (to be installed at factory) and 1 ea #00-0425-07 API-Angle Position Indicator. 3.0 WARRANTY: One Year on parts listed above. 4.0 Delivery Needed: Approx 8 weeks ARO. Line Item #0002 is for the purchase of two (2) each Ultra PN: 03-0126-01 (No Subs) SCATS. The Government has the existing software licenses for these SCATS. Specification for Line Item #0002 is: 1.0 SCOPE; 1.0.1 The test system described herein consists of test platform hardware and interfa ce devices; 1.0.2 Test system hardware provides instrumentation, stimuli and power signals; 1.0.3 Interface devices allow connectivity between the hardware and the unit under test (UUT). 2.0 HARDWARE; 2.0.1 The test system hardware shall provide appropri ate signals to the UUT to simulate real Aircraft flying conditions; 2.0.2 Input signals shall include 3-wire synchro signals for No. 1 and No. 2 pitch, roll and Yaw gyros; 2.0.3 A 3-wire synchro for heading indication shall be supplied by the test system hardware; 2.0.4 Airspeed input shall be simulated; 2.0.5 Collective stick position sensors shall be simulated; 2.0.6 Lateral accelerometers shall be simulated; 2 .0.7 All input signals shall be capable of simultaneous input; 2.0.8 All analog outputs from the UUT shall be continually monitored; 2.0.9 The analog outputs shall be Pitch Bias, Pitch SAS2, Roll SAS2, Yaw SAS2, Yaw Trim Actuator, Roll Trim Actuator; 2.0.1 0 SAS valve current feedback shall be monitored; 2.0.11 Pitch trim current shall be monitored; 2.0.12 115VAC 400 Hz and reference signals shall be provided to the UUT; 2.0.13 Pedal and stick force shall be monitored; 2.0.14 Pilot and Copilot stick controls shall be simulated; 2.0.15 Pedal and Mode select inputs shall be simulated; 2.0.16 Hardware shall be a single benchtop unit not exceeding 75 lbs. 3.0 INTERFACE CONNECTION DEVICE; 3.0.1 The interface connection device (ICD) shall provide the connection be tween the UUT and Test hardware; 3.0.2 The ICD shall contain all necessary loads to the UUT to allow proper emulation. 4.0 DELIVERY NEEDED: Approx 40-45 Days ARO. As stated above the Government has to have these specific part numbers. Following provisi ons are incorporated in this solicitation: FAR 52.212-1 Instructions to Offeror - Commercial Items; 52.212-2 Evaluation - Commercial Items (Jan 1999) Evaluation factors are listed in order of importance and are: Meeting Brand and Part numbers specified, pricing, delivery time and past performance. A Best Value Award will be determined by using Simplified Acquisition Procedures. FAR 52.212-3 Offeror Representations and Certifications applies. A completed-signed copy of this provision shall be submitted with your quotation. FAR Clause 52.212-4 Contract Terms and Conditions (2/2002) applies. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (5/2002) applies. Under paragraph b, the following cla uses are incorporated: 52.203-6, Restrictions on Subcontractor Sales to the Government, With Alternate I; 52.219-8 Utilization of Small Business Conderns; 52.222-21 Prohibition of Segregated Facilities (2/1999); 52.222-26 Equal Opportunity; 52.222-35 Affi rmative Action for Disabled Veterans of Vietnam Era; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.222-19 Child Labor -Cooperation with Authoriites and Reme dies; and 52.232-33 Mandatory Information for Electronic Funds Transfer Payment. FAR Clauses 52.252-1 Solicitation Provisions Incorporated by Reference; 52.252-2 Clauses Incorporated by Reference; 52.219-6 Notice of Total Small Business Set-Aside; and DFA RS Clause 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisition of Commercial Items (12/2002) applies and 252.225-7001 Buy American Act and Balance of Payment Program (3/1998). Quote s may be submitted by fax to 573-638-9619; or email shirley.zbinden@mo.ngb.army.mil or land mail to USPFO-MO, Attn: Shirley Zbinden, Contracting, 7101 Military Cr., Jefferson City, MO 65101-1200. Quotes are to be submitted no later than March 31st by 10:0 0AM CST, Attn: Shirley Zbinden.
 
Place of Performance
Address: USPFO for Missouri 7101 Military Circle, Jefferson City MO
Zip Code: 65101-1200
Country: US
 
Record
SN00281149-W 20030319/030317213644 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.