Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2006 FBO #1756
SOLICITATION NOTICE

16 -- Software Configuration All Purpose Test Set (SCATS)

Notice Date
9/15/2006
 
Notice Type
Solicitation Notice
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
USPFO for Mississippi, 144 Military Drive, Jackson, MS 39208-8860
 
ZIP Code
39208-8860
 
Solicitation Number
W9127Q-06-T-0066A
 
Response Due
9/25/2006
 
Archive Date
11/24/2006
 
Small Business Set-Aside
Total Small Business
 
Description
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 announcement constitutes the only solicitation; quotes ar e being requested and a written solicitation will not be issued. Solicitation number W9127Q-06-T-0066A is issued as a Request for Quote. The solicitation and incorporated provisions and clauses are in effect through Federal Acquisition Circular 01-15. Th is solicitation is 100% total small business set aside. NAICS for determination of size status is 334111 Small Business Standard is 1,000 personnel. CLIN 0001  1 Each Software Configurable All Purpose Test Set (SCATS), used on UH-60 helicopters to emulat e aircraft and component characteristics, verifying proper operation of systems and system components. SCATS is used to pre-screen Line Replaceable Units (LRU) to eliminate no fault found units, to diagnose, repair and validate component operations. The SC ATS shall be a compact PCI based platform including the functionality to test the most common Unit Under Test (UUT) types, including but not limited to Flight control, De-Ice, Navigational and Electrical. The system shall come with an Inter Connect Device (ICD), Cable Set, and Software. The ICD shall be a removable assembly that houses all specific hardware necessary to route the SCATS resources to the UUT, and Harness set which is the connection between the ICD and the UUT. Ultrax Part No. 00-1120-00 or e qual (6625-01-C00-9987), ICD, Stab Amp Ultra Part No. 00-0831-17, or equal Intraface Cable Ultrax Part No. 00-0908-02, or equal, Interface Cable Ultrax Part No. 00-1106-01 or equal, Interface Cable Ultrax Part No. 00-1104-01, Interface Cable Ultra Part No. 00-1104-02 or equal, Interface Cable Ultrax Part No. 00-1104-04 or equal and Work Station Kit Ultrax Part No. 8013 or equal Rate Table Ideal  Aerosmith 1270VS or equal. The following clauses apply. FAR 52.212-1, Instructions to Offerors; FAR 52-212-4, C ontract Terms and Conditions  Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, the following provisions apply, 52.219-6 Notice of Total Small Business Set-Aside; 52.219-8, Utilization of Sma ll Business Concerns; 52.222-3, Convict Labor; 52.222-19, Child Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmativ e Action for Workers with Disabilities of the Vietnam Era,52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, 52.232-33, Payment by Electronic Funds Transfer  Central Contractor Registration; 52.232-36, Payment by Third Par ty; 52.219-14, Limitation on Subcontracting. Additional applicable FAR Clauses are FAR 52.247-34 F.O.B. Destination. Offer must include a completed copy of FAR 52.212-3, Offeror Representations and Certifications Commercial Items and DFARS 252.212-7000, Offeror Representations and Certifications Commercial with its offer. APPLICABLE DFARS CLAUSES are 252.204-7004, Required Central Contractor Registration, 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Appli cable to the Defense Acquisition of Commercial Items; the following provisions apply 252.225-7001 Buy American Act and Balance of Payments Program and 252.225-7012, Preference for Certain Domestic Commodities. Technical Information sufficient to allow a d etermination that unit being quoted will meet the needs of the Government must be provided with proposal. Full text of these provisions may be accessed on-line at http://www.arnet.gov or http://farsite.hill.af.mil. This announcement is the solicitation. D ue to the urgent need of this requirement, the quote is due no later than 25 September 2006 by 1:00 PM CDT, to USPFO-MS-PC, Attn: Gloria Jones, 144 Military Dri ve, Jackson, MS 39232-8860. Quote shall be FOB Destination to the 1108th AVCRAD, Hangar #1 Hewes Ave., Gulfport, MS 39505-3349. Quotes may be emailed to gloria.jones5@us.army.mil or fax to: 601-313-1569. (email is the preferable method). CCR is a mandator y requirement for all DoD Government contracts. You must be registered in order to be eligible for award of a contact. To register on line go to http://www.ccr.gov.
 
Place of Performance
Address: USPFO for Mississippi 144 Military Drive, Jackson MS
Zip Code: 39208-8860
Country: US
 
Record
SN01145274-W 20060917/060915221329 (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  © 1994-2020, Loren Data Corp.