Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 28, 2007 FBO #2040
SOLICITATION NOTICE

66 -- Air Data Test System

Notice Date
6/26/2007
 
Notice Type
Solicitation Notice
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 96th Contracting Squadron (Eglin AFB), 96th Contracting Squadron 205 West D Ave., Suite 541, Eglin AFB, FL, 32542-6862, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-F1T0EB7170AG01
 
Response Due
7/5/2007
 
Archive Date
8/8/2007
 
Description
The 96th Contracting Squadron, Eglin AFB, Florida intends to award a Firm-Fixed Price (FFP), for the purchase of 1 each, Air Data Test Set System in support of the 782 Test Squadron (46TW). This is a mission critical requirement and a combined synopsis/solicitation for commercial items prepared in accordance with the format in subparts 12.6 and 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The announcement number is F1T0DE7170AG01. This solicitation is issued as a Request for Quotation (RFQ). The North American Industry Classification Systems (NAICS) code for this acquisition is 334519, with a small business size standard of 500. Please identify/confirm your business size in your response based upon this standard. Contractors must comply with the Statement of Work (SOW) and Technical Review Document (TRD) attached to the solicitation and meet the following requirements: CLIN 0001: 1 each, Air Data Test Set System - Twin channel PS and Pt pressure control system used for precision calibration/verification of aircraft pilot statistics - Compliant with the latest RVSM (Reduced Vertical Saparation minima) Standards. - Keypad control and ATE/IEEE 488 (minimum IEEE-488 commanded update rate of 5 Hz) - Software Package with serial interface mode adaptor to permit PC based control and program download for resident test routines - Must provide manufacturer-recommended pneumatic supply equipment, also 19 inch Rack mountable. - Enable vital pressure based flight instrumentation including altimeters, airspeed indicators, rate of climb indicators, mach meters and air data computers to be quickly and accurately tested. - 19 inch Rack Mountable - Altitude read and value entry - 1. 3kft to 80kft Range 2. 1 ft Resolution 3. Accuracy within 7 ft at 30ft Alt - Airspeed read and value entry - 1. 10 to 1000 knots within 0.1 kts resolution 2. +/- 0.07 kts at 550 kts 3. +/- 0.2 kts repeatability at 550kts - Static Sensor - 1. 35 to 1355 mbar range with 0.01 mbar resolution - 2. 0.01 FS accuracy - Pitot Sensor - 1. 35 to 3500 mbar range with 0.01 mbar resolution - 2. 0.01 FS accuracy - Mach read and value entry - 1. 0 to 10 range with 0.001 resolution - Engine pressure ratio test (Ps/Pt for inlet/exhaust) - 1. 0.1 to 10 EPR Range with 0.001 Resolution - Rate of Climb, rate of speed entry and timing display - 1. 0 to 100,000 ft/min rate selectable operating range - 2. 1 ft/min resolution - 3. +/-1 percent of value accuracy - 4. +/-0.5 percent repeatability - Select timing for rate of climb testing or leak testing - Freeze control value to ?on state? at current conditions - Rate control for Pt channel - Controlled vent to ground and read QFE/QNH - Shock and vibration shall meet section 8, EN61010 - Standard commercial operations and maintenance manuals are required as applicable. - Delivery is required to Eglin AFB, FL within 10 weeks after award. Final inspection will be at Eglin AFB, FL. CLIN 0002: 1 each, Pressure/Vacuum Supply Unit CLIN 0003: 1 each, Test Program Manager (software accessories for the Air Data Test Set) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-10, FAC 2005-17, Effective 14 June 2007; FAR 52.212-1, Instructions to Offerors-Commercial Items-(Oct 2000), and any addenda to the provision as listed in this notice; 52.212-2, Evaluation-Commercial Items-(Jan 1999), evaluation will be based on the following factor: Lowest Price Technically Acceptable (LPTA); 52.212-3, Offeror Representations and Certifications-Commercial Items-(Jul 2002), Offerors must submit a complete copy with their offers. To obtain an electronic copy of 52.212-3, visit the following website: http://farsite.af.mil, or contact Mike DeNamur at the below email address); 52.212-4, Contract Terms and Conditions-Commercial Items-(Feb 2002), and any addenda to the provision as listed in this notice; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items-(May 2002); 52.232-33, Mandatory Information for Electronic Funds Transfer Payments-(May 1999); 52.247-34, F.O.B. Destination-(Nov 1991); 52.252-2, Clauses Incorporated by Reference-(Feb 1998); DFARS 252.225-7001, Buy American Act and Balance of Payments Program-(Mar 1998); 252.204-7004, Required Central Contractor Registration (CCR)-(Nov 2001); 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders applicable to Defense Acquisitions of Commercial Items-(Jul 2002). To view the provisions and clauses in full text, visit the website: http://farsite.af.mil. Vendors MUST be registered in Central Contractor Registration (www.ccr.gov) before an award can be made. The quote format is at the discretion of the offeror. All responses must be received No Later Than (NLT) 4:00 P.M., Central Standard Time (CST) on 5 July 2007. Send all quotations to Mary Garder (Primary at phone 850-882-0338) or Mike DeNamur (Alternate at phone 850-882-0339), 205 West D Avenue, Suite 542, Eglin AFB FL, 32542-6864, or by facsimile to 850-882-1680, or by email at mary.gardner@eglin.af.mil or michael.denamur@eglin.af.mil.
 
Place of Performance
Address: 46 RANSS/TSRML (LMCA) - F1T0EB, 505 N. FLORIDA AVE BLDG 33, (MHU) RM TSW, EGLIN AFB, FLORIDA
Zip Code: 32542
Country: UNITED STATES
 
Record
SN01327931-W 20070628/070626220706 (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.