Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 20, 2003 FBO #0629
SOURCES SOUGHT

J -- KTM REFURBISHMENT AND UPGRADE

Notice Date
8/18/2003
 
Notice Type
Sources Sought
 
Contracting Office
NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
 
ZIP Code
32899
 
Solicitation Number
RFI10-KKJ-01KTM
 
Response Due
8/29/2003
 
Archive Date
8/18/2004
 
Point of Contact
Teri N. Jackson, Contract Specialist, Phone (321) 867-1097, Fax (321) 867-2825, Email Teri.N.Jackson@nasa.gov - Steven E. Parker, Contracting Officer, Phone (321) 867-2928, Fax (321) 867-2825, Email steve.parker@nasa.gov
 
E-Mail Address
Email your questions to Teri N. Jackson
(Teri.N.Jackson@nasa.gov)
 
Description
NASA Kennedy Space Center is hereby issuing a Request for Information (RFI) for the purpose of seeking sources and soliciting information from private industry on Kineto Tracking Mount (KTM) Refurbishment and upgrade. This document is for information and planning purposes and to allow industry the opportunity to verify reasonableness and feasibility of the requirement, as well as promote competition. The original units were manufactured and installed by Breashear LP, formerly known as Contraves of Pittsburgh, PA. All requirements must be performed in accordance with attached KSC Design package, currently at 60% completion. The KSC Design package includes KSC document # 79K36136, entitled "KTM Local/Slave Specification and drawing # 79K36135, entitled, KSC Local/Slave Modification. Potential vendors should review both documents; a summary of the information is as follows: Kennedy Space Center (KSC) is planning to refurbish and modify 14 KTMs. Generally we wish to: 1. Refurbish each KTM to its original performance level while modernizing the electronic control system and modifying each to meet KSC unique communication and environmental requirements. a)The refurbishment activities will include a complete tear down, replacing all broken and worn mechanic and drive components. b) The refurbishment activity may include, but not limited to, drive motors, bearings, castings, replacement of rusted deck components, sandblasting and recoating. 2. Modernizing the electronic control system should provide at a minimum equivalent performance to the OEM's current Digital Servo Chassis upgrade package. 3. KSC specific upgrades include providing A/C to the equipment bay area, power conditioning and backup to all electrical systems less the drive motors, mount cabling per KSC specifications including fiber optics, enlarging deck wings by a minimum of three inches in width, redesign of clam shells to fit widened deck wings and to provide at least 3 inches additional height, safety signage with warning lights used during remote activities, rhino coating or equivalent applied to deck, console modifications including fiber optic remote capability, ability to slave track to EFG provided pointing data. At a minimum any interested parties must be capable of: 1. Completing the first 4 units within 6 months from delivery to contractor facility. 2. Completing all 14 units within 2 years of start. 3. All units will go through acceptance testing at vendor facility. Vendor to provide all necessary equipment to verify performance and should be able to test 2 units in one week. 4. Provide air ride or equivalent shipping back to KSC for each unit. Any vendor interested must provide evidence of their ability to meet both technical and scheduling requirements. Reponses to this RFI should reference RFI10-KKJ-01KTM and shall include the following information: 1. Company name, address, POC name, phone number, fax number and email. 2. Contractor and Government Entity (CAGE Code) 3. Size of business - Large Business, Small Business, Small Disadvantage, 8(a), Hubzone, Woman-owned and/or Veteran-owned. 4. Respondent's ability to meet the above criteria. 5. Any other supporting documentation. Please advise if this requirement is considered to be commercial or commercial-type product. Commercial item is defined in FAR 2.101. Respondents are responsible for downloading their own copy of the RFI and documents. All responses shall be submitted no later than COB Friday, August 29, 2003, to Ms Teri Jackson. Contact information is a follows: Mail -NASA/KSC, MC:OP-MS, KSC, FL 32899; Fax - 321/867-2825; Email - Teri.N.Jackson@Nasa.gov. Oral communication is unacceptable. All technical questions maybe submitted within the response. Email responses are preferred. This presolicitation synopsis is not to be construed as a commitment by the Government, nor will the Government pay for the information submitted in response. Respondents will not be notified of the results. An ombudsman has appointed - See NASA Specific Note "B". Any referenced notes maybe viewed at the following URLs linked below. http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=C&pin=51
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=76#107121)
 
Record
SN00405283-W 20030820/030818214053 (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.