Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 04, 2007 FBO #2046
SOLICITATION NOTICE

16 -- AVIONICS MODIFICATIONS TO NASA T-34

Notice Date
7/2/2007
 
Notice Type
Solicitation Notice
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC07ZFA024Q
 
Response Due
7/16/2007
 
Archive Date
7/2/2008
 
Small Business Set-Aside
N/A
 
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 procurement is being conducted under the Simplified Acquisition Procedures (SAP) set forth in FAR Part 13. 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 Avionics Modifications to NASA T-34 per the following Specification: NASA Glenn Research Center (GRC) has a requirement for avionics modifications to the NASA T-34. The modifications include the purchase and installation of Contractor provided Hardware as well as the installation/removal/relocation of NASA provided Hardware. The Purchase and Installation of CONTRACTOR Provided Hardware includes: A. 2 ea. Sandel SN 3500 Electronic HSI Units, or equal * B. 1 ea. Glide Slope Antenna C. 1 ea. VHF Antenna *See specifications of Sandel SN 3500 Electronic HSI Units attached to this Synopsis/Solicitation. Reference FAR 52.211-6 Brand Name or Equal (Aug 1999) Also see ?Cost? portion of Quote Preparation Instructions section below for NASA item trade-in towards these items. The Installation/Removal/Relocation of NASA Provided Hardware includes: A. Installation of 2 ea. Garmin GNS 430A?s Nav/Comm/GPS transceivers B. Installation of 1 ea. Comant CI 1125 Dual VOR/GS Antenna Splitter Unit C. Installation of 1 ea. Bendix/King KR 22 Panel Mounted Marker Beacon Receiver/Indicator Unit with Comant CI-102 Marker Beacon Antenna D. Installation of 2 ea. NAT Model AMS43 Audio Controllers E. Installation of 2 ea. GPS Antennas F. Removal of 2 ea. Radio Magnetic Indicator?s (RMI?s) G. Removal of 2 ea. Bendix/King GPS Navigation System H. Removal of 1 ea. Bendix/King Traffic/DME Indicator I. Relocation of Altimeter Statement of Work (SOW) The following is the SOW to install the following Avionics Equipment in NASA T-34 aircraft Tail number: N608NA Navy Buno Number: 160528 Note: NASA is anticipating flying the NASA T-34 aircraft to the contractor?s location to have the SOW completed. Offeror?s may propose other options if helpful in meeting schedule deadline. 1: The Contractor shall install 2 ea. NASA provided Garmin GNS 430A?s Nav/Comm/GPS transceivers, one in forward, and one in aft cockpit of the aircraft. Unit must fully interface Sandel SN 3500 electronic Horizontal Situation Indicators (HSI), Collins Distance Measurement Equipment (DME) 40, NAT Model AMS 43 Audio Controller, and wire to cross fill from forward to aft GNS 430A. 2: The Contractor shall install 2 ea. CONTRACTOR provided Sandel SN 3500 electronic HSI units. HSI?s shall fully interface Collins DME 40, Garmin GNS 430A outputs (GPS/NAV/ILS), and heading reference from aircraft directional gyro. NASA will provide two ?new in box? Garmin GI-106A?s for trade-in towards new Sandel HSI?s. (See ?Cost? portion of Quote Preparation Instructions section below for NASA item trade-in towards these items.) 3: The Contractor shall install 1 ea. NASA provided Comant CI 1125 Dual VOR/GS Antenna splitter unit. 4: The Contractor shall install 1 ea. NASA provided Bendix/King KR 22 Panel Mounted Marker Beacon Receiver / Indicator unit with Comant CI-102 Marker Beacon Antenna. Unit shall indicate in both forward and aft cockpit. 5: The Contractor shall install 2 ea. NASA provided NAT Model AMS43 Audio Controllers. Please install one in fwd cockpit and one unit in aft. NASA will supply the units with the install manual. All civilian and military Communication and Navigation audios must interface the Audio Controllers. 6: The Contractor shall install the following antennas: 1ea. Glide slope, 1ea. VHF, and 2 ea. GPS antennas on the aircraft to interface with the GNS-430A?s. The CONTRACTOR shall provide 1ea. VHF and 1ea. Glide slope aircraft antennas. NASA will provide both GPS antennas. The Contractor shall remove and/or relocate the following: (All removed units shall be returned to NASA GRC) 7: The Contractor shall remove forward and aft Radio Magnetic Indicator?s (RMI?s), and shall install Sandel HSI?s in the existing location. Wire from the old RMI?s shall be stowed. The Contractor shall remove forward and aft Bendix/King GPS navigation system and stow old wire. 8: The Contractor shall remove Bendix/King Traffic/DME indicator, stow old wire, and the contractor shall relocate altimeter in this location. Note: T-34C Avionics upgrade will be done in Accordance With the following: * Equipment or Manufacturers Installation Manuals * Acceptable Methods, Techniques, and Practices found in AC 43.13 * T-34C Maintenance Manual, Illustrated Parts Manual, and Wiring Diagrams for systems compatibility The Contractor shall supply NASA with the following documentation as deliverables: 1. Logbook Entry 2. Weight and Balance Entries (spreadsheet) 3. New Equipment List 4. All parts certifications/TSO 5. Wiring diagrams, parts replacement information, and continuing airworthiness instructions. 6. FAA Physical Inspection Report The provisions and clauses in the RFQ are those in effect through FAC 05-17. The NAICS Code and the small business size standard for this procurement are 334511 and 750 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. Delivery to NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135 is required not later then August 31, 2007. Any delivered items shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by 2:00 PM, July 16, 2007 to NASA Glenn Research Center, Attn: Richard W. Amiot, Mail Stop 500-305, 21000 Brookpark Road, Cleveland, OH 44135 or via e-mail to Richard.W.Amiot@nasa.gov and must include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), CAGE Code, DUNS number, identification of any special commercial terms, and be signed by an authorized company representative. Offerors shall provide the information required by FAR 52.212-1 (JAN 2006), Instructions to Offerors-Commercial, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the Offeror shall so state and shall list the country of origin. FAR 52.212-4 (SEPT 2005), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (JUNE 2006), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.225-1, 52.232-34. The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html 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 Richard W. Amiot not later than July 09, 2007. TELEPHONE QUESTIONS WILL NOT BE ACCEPTED. Selection and award will be made to that Offeror whose offer will be most advantageous to the Government, with consideration given to the following Best Value Criteria: Evaluation Factors in order of importance are: Past Performance, Schedule, and Cost. Additional Quote Preparation Instructions: Past Performance: Past Performance is the most important evaluation factor. The Offeror shall submit a separate Past Performance Document attached to the quote. At minimum, the Offeror is expected to include the information described below in the Past Performance Document: 1. A statement of past performance and experience. This statement shall include: a. Demonstration of prior experience and technical expertise including but not limited to previous Government contracts/orders, technical publications and conference proceedings, and commercial products. Prior experiences with similar avionics modifications, installation and removal are of particular interest to the Government. References should include tail-numbers of aircraft if possible; b. Information on any similar efforts currently ongoing that the Offeror feels is relevant to the SOW; c. A list of the three largest Government contracts/orders received in the past three years involving relevant work by the performing entity in the area described in the RFQ/SOW, showing each contract/order number, the Government agency placing the contract, the cognizant Government Contracting Officer's name, e-mail address, telephone number, and FAX number, and a brief description of the work; d. For each contract/order listed above, a record of contract completion as against the date anticipated at the time of entering into the contract/order, with explanations for completion delays; and an identification and explanation of any terminations for default; e. If no Government contracts/orders have been received in the past three years or are currently in negotiation involving relevant work by the performing entity in the area described in the RFQ/SOW, the Offeror must provide a response indicating that no such contracts/orders exist. Lack of contracts/orders will be deemed neutral by the Government. Schedule: After Past Performance, Schedule is the next most important evaluation factor. Offeror?s shall include a detailed schedule of anticipated timeframe to complete the SOW before the schedule deadline. Note: NASA is anticipating flying the NASA T-34 aircraft to the contractor?s location to have the SOW completed. Offeror?s may propose other options if helpful in meeting schedule deadline. SOW must be completed and NASA T-34 aircraft must be back at NASA GRC no later then August 31, 2007. Cost: After Past Performance and Schedule, cost is the next most important evaluation factor. Offeror?s shall include a detailed quote for completion of SOW. NASA has two (2) ?new in box? Garmin GI-106A?s valued at $1,780.00 each or $3,560.00 in total. These two items will be used for trade-in towards the new Sandel HSI Units (See item A on pg 2 of solicitation or Item 2 of SOW). Offerors should include the NASA Item trade-in value within their quote. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer or the following paragraph: The Offeror has completed the annual representations and certifications electronically via the ORCA website at http://orca.bpn.gov . After reviewing the ORCA database information, the Offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications?Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ______________. [Offeror to identify the applicable paragraphs at (b) through (j) of this provision that the Offeror has completed for the purposes of this solicitation only, if any. The representations and certifications will be incorporated by reference in any resultant contract. Representations and Certifications may be obtained via the internet at URLs: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc or http://ec.msfc.nasa.gov/msfc/pub/reps_certs/midrange/ or http://www.grc.nasa.gov/WWW/Procure/rforms.html or The (BPN ORCA) Business Partner Network (BPN) Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov . An ombudsman has been appointed -- See NASA Specific Note "B". 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. http://genesis.gsfc.nasa.gov/nasanote.html
 
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#125643)
 
Record
SN01333307-W 20070704/070702221629 (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.