Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 26, 2008 FBO #2526
SOLICITATION NOTICE

69 -- FLIGHT SIMULATOR EDUCATIONAL

Notice Date
10/24/2008
 
Notice Type
Modification/Amendment
 
NAICS
333319 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
 
ZIP Code
32899
 
Solicitation Number
NNK270533Q
 
Response Due
10/30/2008
 
Archive Date
10/24/2009
 
Point of Contact
Beverly C Davis, Contract Specialist, Phone 321-867-3399, Fax 321-867-1188, />
 
E-Mail Address
beverly.davis@nasa.gov<br
 
Small Business Set-Aside
Total Small Business
 
Description
This is a modification to the synopsis entitled FLIGHT SIMULATOR, EDUCATIONAL whichwas posted on 09 OCT 2008. You are notified that the following changes are made: A NOTEDSUITABLE HARDWARE UNIT IS ADDED TO THE DESCRIPTION.The due date for responses is not extended.This is a combined synopsis/solicitation for commercial items prepared in accordance withthe format in Subpart 12.6, as supplemented with additional information included in thisnotice. This announcement constitutes the only solicitation; proposals are beingrequested and a written solicitation will not be issued. This notice is being issued as aRequest For Quotation (RFQ) NNK270533Q hereby issued for a quantity of one (1) each,Flight Simulation Unit, Educational. FAR 52.212-1, Instructions to OfferorsCommercial,applies to this acquisition. FAR 52.212-4, Contract Terms and ConditionsCommercialItems, applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions RequiredTo Implement Statutes or Executive OrdersCommercial Items, applies to this acquisition.The provisions and clauses in the RFQ are those in effect through Federal AcquisitionCircular (FAC) 2005-27 Sept 2008, FAC can be obtained fromhttp://acquisition.gov/far/fac.html.This procurement is a total small business set-aside. See Note 1. The NAICS code and thesmall business size standard for this procurement are 333319, 500 employees,respectively. The offeror shall state in their offer their size status for thisprocurement. The proposal shall provide a description demonstrating how it meets all therequirements stated below. All responsible sources may submit an offer which shall be considered by the agency.Delivery is required FOB Destination Kennedy Space Center, Florida, 32899, within 120days ARO. Offers for the item(s) described above are due by 2:00 PM ET, Oct 30, 2008.Offerors shall provide the information required by FAR 52.212-1(SEPT 2006), Instructionsto Offerors, which is incorporated by reference. If the end product is other thandomestic end product(s) as defined in the clause entitled Buy American ActSupplies,the offeror shall so state and shall list the country of origin. The FAR may be obtained via the internet at URL:http://www.acquisition.gov/comp/far/index.html.The NFS may be obtained via the internet at URL:http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm. This is a solicitation for proposals for an educational, realistic flight simulator foruse by Kennedy Space Center in educational use, demonstrations, and NASA promotions,primarily to students. The simulator must be a sit-in type seat with High Definitionpanoramic display (tailored to the software), realistic surround sound, realisticcontrols and feedback. The entire simulator must be a single unit, and include therequested flight software, the PC with wireless keyboard and mouse, with an OperatingSystem compatible with the flight software. The educational office staff will beperforming any upgrades, system patches, or software maintenance to the installedsimulator, and the PC shall be packaged for that purpose, as onsite technical support isnot a budgeted service. The hardware unit (frame, PC, seat, yoke, etc) must be supplied along with two softwarepackages for flight simulation models, one of which is a large (KC-135) airplane, and onewhich is Space Shuttle, and the authorized license for the supplied programs. A hardwareunit which is noted as suitable in design and appearance for use is the Hotseat ChassisSimulator, from www.hotseatinc.com. The software which is noted as suitable in designand appearance are: Microsoft Flight Simulator X (with KC-135 Add-on), and SpaceShuttle Mission 2007 from http://www.space-shuttle-mission.com/. For this known suitablesoftware, the noted hardware requirements are dual processors of min 2.2-2.4GHz each with512MB graphics card and 2 GB RAM and DVD drive. Proposals must take into account thesoftware requirements and provide the hardware which meets or exceeds the minimum neededto run the software. All contractual and technical questions must be in writing (email or fax) tobeverly.davis@nasa.gov or fax to 321-867-1188 no later than October 23, 2008. Telephonequestions will not be accepted. Selection and award will be made to that offeror whoseoffer will be most advantageous to the Government, with consideration given to thefactors of proposed technical merit in terms of meeting or exceeding the requirements,and price. Offerors must include a completed copy of the provision at 52.212-3, OfferorRepresentations and CertificationsCommercial Items, which may be obtained via theinternet at URL: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc.You must include your CAGE code, DUNS number and TIN/EIN for registration verification. These Representations and Certifications will be incorporated be reference into anyresultant contract.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=174cc24bc3e37110f2ce3cdb507af623&tab=core&_cview=1)
 
Record
SN01696225-W 20081026/081024215317-174cc24bc3e37110f2ce3cdb507af623 (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.