Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 17, 2003 FBO #0503
SOLICITATION NOTICE

A -- Provide An Enduring Highly Responsive Aviation Human Factors and Engineering Capability In Flight

Notice Date
4/15/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
55 Broadway; Cambridge, MA 02142
 
ZIP Code
02142
 
Solicitation Number
DTRS57-03-R-20041
 
Archive Date
5/30/2003
 
Point of Contact
Point of Contact - Kathleen Regan, Contracting Officer, (617) 494-3485
 
E-Mail Address
Email your questions to Contracting Officer
(regan@volpe.dot.gov)
 
Description
NA 541990 The John A. Volpe National Transportation Systems Center (Volpe Center) intends to negotiate, on a sole source basis, under authority of 41 U.S.C. 253 (c)(1), FAR 6.302-1, Only One Responsible Source with Bedford Associates, Inc., Bedford, MA since it combines skills in human factors and engineering studies and provides the unique equipment. The applicable North American Industry Classification System (NAICS) Code for this acquisition is 541990 and the small business size standard is $6.0 Million. The Volpe Center conducts a variety of Human Factors and Engineering Studies. The objective of this contract is to acquire the field support required to continue and augment Volpe Center?s ability to provide an enduring highly response human factors and engineering capability to be ident ified by the Federal Aviation Administration and the Volpe Center. The contractor is required to supply engineering services and a Piper Aztec F Twin Engine Aircraft engineering services. The contractor shall provide an engineer/pilot with BSEE, CFII/MEI ratings that can provide engineering support to the Government as well as pilot services on the aircraft. The engineer/pilot shall supply support for the existing installed equipment as well as engineering services to design, develop and integrate hardware and software to implement research objectives. The contractor shall also support the planning and execution of human factors research tasks. Greater than 4000 hours total flight time with 2000 hours multiengine and 1000 hours in type are required. The engineer/pilot shall supply su pport for the existing installed equipment as well as engineering services to design, develop and integrate hardware and software to implement research objectives. The contractor shall also support the planning and execution of human factors research tasks. At least five years in the detailed design and development of analog and digital hardware, software and data analysis for human factors research work is required. This activity involves considerable remote site work in the US. Therefore, the engineer/pilot must be competent to personally perform all the above efforts. Aircraft (Piper Aztec F Twin Engine) Configuration: Standard IFR instrumentation including: Slaved Horizontal Situation, Indicator (HIS), Dual glideslopes, three navcom transceivers, Audio panel that supports three N av/Coms, Distance Measuring Equipment (DME), marker beacon receiver, six place intercom, active noise cancellation for all six seats, full set of copilot instruments in standard T configuration, slaved directional gyro for the copilot, copilot brakes, two axis coupled autopilot, Mode S transponder, storm scope, certification for flight in known icing conditions, long range fuel tanks, extended overwater equipment including rafts and lifejackets to accommodate crew and passengers, electric pitch and electric aileron trim, and the following special instrumentation/capabilities: Shadin Digidata air data computer FAA Capstone configuration of the UPS Aviation Technologies (UPSAT) MX-20 multi-function display, UPSAT Chartview capability for the MX20, IFR installation of the UPSAT GX60 GPS recei ver, UPSAT Universal Access Transceiver for Automatic Dependant Surveillance, IFR installation of a Garmin 430 GPS receiver, IFR installation of a King KLN89B GPS receiver, switching capability for each GPS to the autopilot and MX20 multi-function display, support for the Rockwell/Collins EMAGR prototype Wide Area Augmentation Service (WAAS) receiver, (No drawings are available), support for the University of Oklahoma BBCOM software package to communicate with the EMAGR, support for an ASHTECH differential GPS system, OMNISTAR GPS antennas, a dome mount on the aircraft to facilitate various GPS antenna installations, Certified 750 watt 115 VAC inverter, a isolated 28V Engineering DC Power buss, remote data collection ports for each GPS, the Shadin Digidata, CDI and Glide slope data and co pilot?s attitude and heading data, access to a DC databus from forward and rear baggage compartments, ability to accommodate a Polhemus Fast-Trak head tracking system and an ISCAN eyetracking system and related cameras, ability to record intercom and ATC communications, and an equipment rack suitable to the FAA Flight Standards (AC 43.13-2A) to accommodate data collection computers and monitors. In addition to the aforementioned, the aircraft shall be hangared (heated) within one hour from Cambridge, MA. It is anticipated that the Government will furnish the following property: Rockwell/Collins EMAGR prototype Wide Area Augmentation Service (WAAS) receiver, University of Oklahoma BBCOM software package and ASHTECH differential GPS system. The contractor?s aircraft must provide suppo rt (electrical, mounts, workspace etc) for this equipment and engineering support to this equipment. THIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. Interested firms have fifteen (15) calendar days from the date of publication of this Synopsis, to submit in writing, to the identified point of contact, clear and convincing evidence of their qualifications and/or capabilities. Such qualifications and/or capabilities will be used solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. Responses received after fifteen (15) calendar days, or without the required information, will be considered non-responsive to this synopsis and will not be considered. The Government will not pay for any materials provided in response to this synopsis and su bmittals will not be returned to the sender. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon response to this notice, is solely within the discretion of the Government. Oral Communications are not acceptable in response this notice. See Note 22. For future information about the Volpe Center refer to the Volpe Center website at http://www.volpe.dot.gov.
 
Web Link
Volpe Center Acquisition Division home page
(http://www.volpe.dot.gov/procure/index.html)
 
Record
SN00304025-W 20030417/030415213401 (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.