Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 09, 2004 FBO #0895
SOLICITATION NOTICE

J -- LEAR 23 AVIONICS UPGRADE INSTALLATION

Notice Date
5/7/2004
 
Notice Type
Solicitation Notice
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC04063255
 
Response Due
5/21/2004
 
Archive Date
5/7/2005
 
Point of Contact
Gary A. Golinski, Contracting Officer, Phone (216) 433-2790, Fax (216) 433-2480, Email Gary.A.Golinski@grc.nasa.gov
 
E-Mail Address
Email your questions to Gary A. Golinski
(Gary.A.Golinski@grc.nasa.gov)
 
Description
This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Quotations (RFQ) for: Statement of Work Lear 23 Avionics Upgrade Installation Installation of the following: Navigation, Radar, Traffic Advisory System, Weather Data Link Receiver, Multi-Function Display, Horizontal Situation Indicator, Radio Magnetic Indicator, and Communication equipment. All units supplied by Vendor unless otherwise noted. 1) 2 each: Garmin 430A GNS units on co-pilots side of center instrument panel. Garmin #1 will fully interface the pilots #1 Horizontal Situation Indicator (HSI), #2 Radio Magnetic Indicator (RMI), FC-110 auto pilot, aircraft flight director, Distance Measurement Equipment (DME) channeling, all Baker audio control heads, and King KDM 540 Mulit-Function Display. Flight Plans must be transferable between #1 and #2 GNS 430A units. Garmin #2 will fully interface the pilots # 2 HSI, RMI, DME channeling, #1 GNS 430A, and all Baker audio control heads. 2) 1 each: Air data computer to interface the GNS 430A for true airspeed reference information. 3) 2 each: Garmin GAD-42 units to provide data matching to RMI's. 4) 2 each: Collins Radio Magnetic Indicator - RMI-30?s in overhauled condition. 5) 2 each: Sperry RD-550B Horizontal Situation Indicator ? (HSI) in Overhauled Condition Note: This unit must interface to existing Collins DME-40. 6) 1 each: cooling fan for above GNS 430A units for additional cooling. This unit may or may not be installed due to space requirements. 7) 1 each: King ATR2100 Digital Weather Radar. Note: Supplied by NASA. 8) 1 each: King KDM 540 Multi-Function Display (MFD) with interface cards. This unit will interface the GNS430A, ART2100, KTA-810, and KDR-510. Note: Unit is supplied by NASA. MFD will be installed in the center instrument panel above warning lights. 9) 1 each: King KTA 810 Traffic Advisory System. Note: Supplied by NASA with antennas. 10) 1 each: King KDR 510 Weather Data Link Receiver. Note: Supplied by NASA without antenna. 11) 2 each: King KT-73 Mode S Transponders. Note: Supplied by NASA. Units are to be installed in center lower console. Installation of the GNS 430A and MFD will also include removal of the following control units and associated wiring: 12) Remove Navigation/Communication control Center located in center panel. 13) Remove Navigation/Communication receivers located in nose area of aircraft and all supporting wire. 14) Remove 1 each: Trimble GPS located in center pedestal area. 15) Remove 2 each: RMI?s and HIS?s one located on pilots and one on co-pilots side of panel. 16) Remove Primus 400 Weather Radar and associated wiring. 17) All Antennas require check out and coax cable replaced where necessary. Additional Requirements: 18) Nav/Comm control center has Attitude and Directional Gyro switching that will require removal or replacement along with proper termination of existing systems that run thru this unit. 19) Repackaging of Marker Beacon Control head and lighting. 20) The following sheet metal work will be required to fit the Gamins/MFD and transponders into panel. a) Modification to center panel switch and annunciation panel. b) Complete replacement of lower center console to accommodate the width and length of the new transponders. 21) Replacement of feed-thru wires with connectors at pressure bulkhead where possible. Note:  All extra outputs for the above new units including the GNS 430A, Air data computer, and GAD-42 will be wired to the passenger part of the aircraft to give aircraft researcher?s reference information.  NASA will keep all removed hardware.  Garmin 430A power output for VHF/COMM must be 15 Watts minimum.  All materials, workmanship, and methods of construction shall be of highest quality and will meet or exceed the standards established by the U.S. Federal Aviation Administration for aircraft operating under FAR Part 91. The provisions and clauses in the RFQ are those in effect through FAC 01-22. This procurement is a total small business set-aside. See Note The NAICS Code and the small business size standard for this procurement are 336413 and 1,000 employees respectively. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. Performance shall be at The Glenn Research Center. All deliveries shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Offers for the services described above are due by 3:00 PM May 24, 2004 to NASA Glenn Research Center, Gary Golinski, MS 500-306 and must include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml Offerors shall provide the information required by FAR 52.212-1 (JAN 2004), Instructions to Offerors-Commercial, which is incorporated by reference. FAR 52.212-4 (OCT 2003), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (APR 2004), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: TBN The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/ The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm All contractual and technical questions must be in writing (e-mail or fax) to Gary Golinski not later than May 17, 2004. Telephone questions will not be accepted. The following elements are required are required for any successful submission pursuant to this acquisition: 1. A signed copy of the representations and certifications. 2. Filled in prices for: (a) A fixed price for the Lear 23 Avionics Upgrade as described in items 1 through 21 of the Statement of Work (above). (b) A fully burdened hourly rate for work additional which might be discovered upon inspection. 3. Copies af all FAA certifications with respect to the work to be performed. Selection and award will be made to that offeror whose offer will be most advantageous to the Government, with consideration given to the factors of proposed technical merit, price, and past performance. Other critical requirements which shall be considered are as follows: 1. Ability to complete the work within 50 days after inception. 2. Ability to commence work soon after date of contract. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc . These representations and certifications will be incorporated by reference in any resultant contract. An ombudsman has been appointed -- See NASA Specific Note "B". Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22#110222)
 
Record
SN00582151-W 20040509/040507212531 (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.