Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 16, 2016 FBO #5258
MODIFICATION

16 -- Fuel Flow Test Set

Notice Date
4/14/2016
 
Notice Type
Modification/Amendment
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
 
ZIP Code
08733-5083
 
Solicitation Number
N68335-16-R-0183
 
Archive Date
5/5/2016
 
Point of Contact
Donna Marie Kracinovich, Phone: 7323231177
 
E-Mail Address
donna.kracinovich@navy.mil
(donna.kracinovich@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
N68335-16-R-0183 Fuel Flow Test Set Contract. Acquisition and Technical Publications for the Fuel Flow Test Set. DISCLAIMER THIS REQUEST FOR INFORMATION (RFI) IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. INTRODUCTION This is a Request for Information/Sources Sought notice to solicit comments, questions and feedback from industry regarding a Contract for acquisition and technical publications for the Fuel Flow Test Set to support the T-45 aircraft. Interested parties may submit technical literature/brochures on their products or solutions that meet the requirements as set forth in the basic requirements list included herein. Rough Order of Magnitude pricing is also requested for planning purposes. Any other relevant information may also be submitted for consideration to aid in refinement of this requirement. THIS RFI IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential and eligible vendors capable of providing the Support Equipment described herein prior to determining the method of acquisition and issuance of a Request for Proposal. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. ELIGIBILITY The PSC for this requirement is 4920; the NAICS is 334519 with a size standard of 500 employees. All interested businesses are encouraged to respond. REQUIREMENTS An organizational requirement exists for a Fuel Flow Test Set. The Fuel Flow Test Set is an I-Level test set used to test individual measurements systems components such as transmitters, indicators, and amplifiers. It is also used as first line equipment for failure detection. Description of Supplies/ Services: Characteristics of the Fuel Flow Test Set: Hand Held or Benchtop Test Set Standard US Measurements Analog or Digital Operating Temperature: -40F to 130F Must meet MIL PRF 28800F Input Power: Utilize either benchtop 120VAC 50-420Hz or 28V DC Aircraft power Output connector: 5102E14-19S50 Bulkhead Connector Measure & Display DC Voltage (0-5V +/- 0.03V) Measure & Display DC Current (0-0.5A +/- 10mA) Measure & Display DC Output (0-5V +/- 0.03V) The Fuel Flow Test Set must be capable of performing the following tests: Fuel Flow Indicator, amplifier (PN914-621-1) - Being driven with an external signal generator, test set needs to be able to measure and display the DC voltage (0-5V; +/- 0.03V) driving the indicator. - Being driven with an external signal generator, test set needs to be able to measure the DC current (0-0.5A +/- 10mA) being drawn by the indicator. Aft Cockpit Repeater (PN203-621-1) -Test set needs to be capable of measuring and displaying the DC output (0-5V +/- 0.03V) that drives the Aft cockpit repeater indicator. Technical Publications submitted in MIL-STD-3001 1A(AS) Format SUBMITTAL INFORMATION It is requested that interested businesses submit to the contracting office a brief capabilities statement package (no more than 10 pages in length, single spaced, 12 point font minimum) demonstrating ability to meet the requirements as described in the preceding paragraph. This documentation MUST address, at a minimum, the following: Company Name; Company Address; Cage Code, Company Business Size; and Point-of-Contact (POC) name, phone number, fax number, and e-mail address. company profile to include number of employees, annual revenue history, office location(s), DUNS number, and a statement regarding current small/large business status; statement regarding capability If you are a small business, provide an explanation of your company's ability to perform at least 50% of the tasking described in this SOW for the base period as well as the option periods. Respondents to this notice must also indicate whether they are a large business or qualify as a Small, Small Disadvantaged, Small Disadvantaged Veteran Owned Small Business, Women-Owned, 8(a), Hub Zone or Service Disabled Veteran-Owned Small Business Concern. The capability statement package shall be sent via mail to Donna Kracinovich, Contracts Department, BLDG 562-3 HWY 547 Lakehurst, NJ 08733 or through email to donna.kracinovich@navy.mil. Contract Specialist at donna.kracinovich@navy.mil. Submissions must be received at the office cited no later than 3:00 p.m. Eastern Standard Time on 04-20-2016.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-16-R-0183/listing.html)
 
Record
SN04084770-W 20160416/160414235027-8e7591b2a97305af003dea6e0ba5792a (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.