Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 26, 2007 FBO #2099
SOLICITATION NOTICE

66 -- Portable Air Data Test Systems (ADTS)

Notice Date
8/24/2007
 
Notice Type
Solicitation Notice
 
NAICS
334519 — Other Measuring and Controlling Device 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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-F1S0AF7171B001
 
Response Due
8/30/2007
 
Archive Date
12/6/2007
 
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; proposals are being requested and a written solicitation will not be issued. The solicitation is a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-18 and DFARs Change Notice (DCN) 20070802. This acquisition is a small business set-aside. NAICS is 334519. Solicitation is for commercial purchase of a Portable Air Data Test System (ADTS) in support of 412th Test Engineering Group (TENG)/Instrumentation Division, Edwards AFB, CA. Description: The Air Force Flight Test Center (AFFTC), Edwards AFB, CA has a requirement for a contractor to provide Portable Air Data Test Systems, complete with integral pressure/vacuum supply unit, hand terminal and local display. The ADTS consists of a rack-mounted unit mounted within a weatherproof flight line case. The flight line case shall have two wheels for ease of transportation and be yellow in color. A pump unit is located in the flight case to provide pressure and vacuum supplies for the ADTS. Pressure, vacuum and electrical power from the pump are internally connected to the rear of the rack. The ADTS is supplied as standard with a remote hand terminal for one-man operation from the flight deck. The unit shall operate from AC power only over the range of 90 to 260 Vac, 47 to 400 Hz. No Vdc operations shall be available. The pump front panel contains fittings for EXT PRESSURE and EXT VACUUM to allow operation from external pressure and vacuum supplies for emergency use. An AUX VACUUM connection shall be provided for static port suction fittings. ?The operator utilizes the Hand Terminal during remote operation conditions. When the Hand Terminal is connected, the ADTS electrically disconnects the Local Keypad and command functions are routed to the Hand Terminal. User commands are entered through the keypad either by direct key presses or by using the function keys in association with style menu displays. The test set shall meet the requirements of RVSM accuracy and shall have a calibration period of not less than 12 months. ?Operator, maintenance and calibration manuals shall be supplied with the ADTS unit. Delivery required for the ADTS unit is 4 weeks ARO or sooner. The following are the specifications: Parameter Operating Range Resolution Accuracy Repeatability Altitude -3000 to + 80,000ft 1 ft 3 ft at sea level =/-1 ft 7 ft at 30,000 ft +/-2 ft 29 ft at 60,000 ft +/-7 ft Static Sensor e5 to 1355 mbar abs 0.01 mbar +/- mbar +/- 0.05 mbar (1 to 40 in Hg) (0.0001 in Hg) +/-0.003 in Hg +/- 0.0015 in Hg Airspeed 10 to 850 knots 0.1 kts +/- kts at 50 kts +/-0.4 kts or 10 to 1,000 knots 0.1 kts +/- 0.07 kts at 550 kts +/-0.02 kts +/- 0.05 kts at 1,000 kts +/-0.02 kts Pitot Sensor 35 to 2700 mbar abs 0.01 mbar +/-0.012% RDG 0.05 mbar rising (1 to 80 in Hg) or, 0.0001 in Hg +0.007% FS to 0.17 mbar 35 to 3500 mbar abs 0.01 mbar 0.0015 in Hg rising (1 to 103 in Hg) 0.0001 in Hg to 0.005 in Hg Rate of Climb 0 to 6000 ft/min 1 ft/min +/-1% of value +/-0.5% Mach o to 10.000 0.001 Better than 0.005 0.001 rising to 0.005 Engine Pressure 0.1 to 10 0.001 Better than 0.005 Ratio (EPR) NOTE: The specifications are stated above, but in case you cannot make distinguish them, let me know ASAP, and I will send you a HARD COPY of those SPECS. Place of delivery, performance, and acceptance is FOB Destination, Edwards AFB, CA 93524. The following provisions and clauses apply: Offerors must include a completed copy of the provision at 52.212-3 Use of On Line Representations and Certifications Application (ORCA). Further Information on ORCA 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, 52.212-3 Alternate I, 52.225-4, 52.225-4 Alternate I, 52.222-22, 52.222-25, and 252.212-7000 with their offer. If the offeror does not have a copy of these provisions go to http://farsite.hill.af.mil and look up far clauses; copy and complete all applicable provisions answering all questions. If you do not have access to the Internet please contact the contract specialist to request a copy. Any responses without all provisions will be considered non-compliant. Additionally all bidders must have a current registration with the Central Contractors Registration database @ http://www.ccr.gov to be eligible for contract award The following provisions and clauses apply: 52.252-1 -- Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil. 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 Provision at 52.212-3 Offeror Representations and Certifications -- Commercial Items Provision at 52.212-3 Alternate I 52.222-22 Previous Contracts and Compliance Reports Provision at 52.225-3 Buy American Act -- North American Free Trade Agreement Provision at 52.225-3 Alternate I Provision at 52.225-4 Buy American Act ?North American Free Trade Agreement Provision at 52.225-4 Alternate I Clauses: 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. 52.212-4 Contract Terms and Conditions ? Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes 52.219-28 Post Award Small Business Program Rerepresentation 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 Alternate 1 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 52.225-03 Buy American Act ? North American Free Trade Agreement 52.225-03 Alternate 1 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer--Central 52.233-3 Protest after Award. 252.211-7003 Item Identification and Valuation 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 252.232-7003 Electronic Submission of Payment Requests 252.232-7010 Levies 252.247-7023 Transportation of Supplies by Sea 252.247-7023 Alternate III (MAY 2002) 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) 5352.232-9101 Ombudsman Any interested parties believing they can meet all the requirements listed above, may submit a proposal. All information furnished shall be in writing and must contain sufficient detail to allow the government technical representative to evaluate and determine if it can meet the requirement. Offers are due at the Air Force Flight Test Center, Directorate of Contracting, 5 South Wolfe Avenue, Edwards AFB, CA 93524 or via e-mail to: terence.vickers@us.af.mil. Any information provided is strictly voluntary. The government will not pay for information submitted in response to this Combined Synopsis. To be considered, please provide the information above no later than close of business (4:30pm PCT) on 30 August 2007. Any questions concerning this synopsis should be submitted to the Contract Specialist, Terence Vickers, by email or by fax at (661) 277-0470. Faxed/email transmissions of quotes are preferred.
 
Place of Performance
Address: EDWARDS AFB, CA
Zip Code: 93524
Country: UNITED STATES
 
Record
SN01384260-W 20070826/070824221254 (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.