Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 01, 2006 FBO #1648
SOLICITATION NOTICE

16 -- cockpit displays

Notice Date
5/30/2006
 
Notice Type
Solicitation Notice
 
NAICS
334419 — Other Electronic Component Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, CA, 93524-1185
 
ZIP Code
93524-1185
 
Solicitation Number
F1S0AZ6135B001
 
Response Due
6/5/2006
 
Archive Date
6/20/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. This is a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-09 and DFARs Change Notice (DCN) 20060519. Standard Industrial Classification (SIC) code is 3728, FSC Code is 1680 and the size standard is 1,000 employees. NAICS is 336413. This acquisition is for Brand Name or Equal items only and is not a small business set-aside. This Brand Name or Equal purchase will be for a total of the following upgrade items for three cockpit displays for the F-35 aircraft. Brand Name or Equal Justification Information: 1. The Electronic Warfare (EW) Directorate requests the Brand Name or Equal Purchase of Driven Technologies, Inc. F-35 Panoramic Cockpit Display (PCD). 2. The Driven Technologies F-35 PCDs will be direct replacements for the existing PCDs currently in use in the F-35 Manned Flight Simulators. The new Liquid Crystal Display (LCD) PCDs represent significant advances in performance over the older projection type currently in use. The salient functional characteristics that are essential to the Electronic Warfare Directorate are: Must meet current Joint Strike Fighter Program Office (JPO) and Lockheed Martin (LM) requirements in support of the current A.4 Program Introduction Document. The units are currently in use at PAX River and the LM Ft. Worth Verification Simulator (VSIM) labs. Units are designed to accommodate the LM specified glare shield and front instrumentation panel. Units support symbology gain and brightness control 3. Currently the Driven Technologies LCD display is the only known brand of this type of technology currently being used by LM. Since LM is driving the requirements for the government support facilities it is currently the only known brand that can meet the Electronic Warfare Directorates requirement. 4. Since LM drives the system requirements for the government support facilities and we are obligated by the A.4 PID to replicate the VSIM labs as much as possible there is very little we can do in preventing brand name situations in the future. Interested parties who believe they can meet all the requirements described in this synopsis are invited to submit in writing complete information describing their ability to provide the required equipment. FOB Destination is the Government preferred method of shipping. Please submit FOB Destination shipping information with all submittals to the office. Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this synopsis. 52.232-33 Mandatory information for electronic funds transfer payment. Before we can begin the contracting process with your company, I need the following Online Representations and Certifications Application (ORCA) completed-- http://orca.bpn.gov/. FOR MPIN REGISTRATION: http://www.ccr.gov/mpin.asp. Use of online representations & certifications application (ORCA) became mandatory 1 January 2005. ORCA is a web-based system that centralizes, standardizes, and moves the collection and storing of FAR level representations and certifications online. Representations and certifications are to be completed at least annually by vendors on-line through the ORCA portion of the Business Partner Network (BPN). Contractors, presently registered in Central Contractor Registration (CCR), can get a head start by going to www.bpn.gov/orca/ to activate their ORCA profiles. Initially, ORCA will retain the most significant contractor representations and certifications that would apply to any acquisition in the form of 26 questions. Solicitation-specific representations and certifications may still be used outside of ORCA. Further information on this initiative may be obtained from the ORCA help menu, http://orca.bpn.gov/help.aspx. This help menu includes ORCA background information, frequently asked questions (FAQ), and the ORCA Handbook. Provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Provision at 52.212-2 -- Evaluation -- Commercial Items. (Jan 1999) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement (ii) price 52.212-3 Offeror Representations and Certifications -- Commercial Items 52.204-7 Central Contractor Registration 52.212-4 Contract Terms and Conditions ? Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes 52.225-4 Buy American Act -- North American Free Trade Agreement -- Israeli Trade Act Certificate 52.225-4 Alternate I 52.222-22 Previous Contracts and Compliance Reports 52.222-25 Affirmative Action Compliance 252.212-7000 Offeror Representations and Certifications--Commercial Items 52.252-2 Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil. 52.222-3 Convict Labor 52.222-19 Child Labor---Cooperation with Authorities and Remedies. 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-26 Alternate I 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.225-3 Buy American Act -- North American Free Trade Agreement 52.225-3 Alternate II 52.225-13 Restrictions on Certain Foreign Purchases 52.247-34 FOB Destination 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.225-7001 Buy American Act, Balance of Payment Program 252.225-7036, North American Free Trade Agreement Implement Act. 252.232-7003 Electronic Submission of Payment Requests 252.232-7010 Levies on Contract Payments 252.247-7023 Transportation of Supplies by Sea 252.247-7023 Alternate III (MAY 2002) 5352.201-9101 Omsbudsman 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) Offers are due at the Air Force Flight Test Center, Directorate of Contracting, 5 South Wolfe Avenue, Edwards AFB, CA, 93524, not later than Close of Business (COB) 5 June 2006 at 8am EST. Faxed transmissions of quotes are acceptable. Fax #: 661-275-7849 or e-mail address: andrea.haley@edwards.af.mil.
 
Record
SN01059016-W 20060601/060530220430 (fbodaily.com)
 
Source
FedBizOpps 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.