Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 4,1997 PSA#1923

15th Contracting Squadron, 90 G Street, Bldg 1201 Hickam, AFB, HI 96853-5230

16 -- 77 NIGHT VISION IMAGING SYSTEM (NVIS) KITS FOR F-15C AIRCRAFT SOL F64605-97RA040 DUE 091897 POC Kyoung W. Lee, Contract Specialist (808) 449-6860, x602; Carol J. Allison, Contracting Officer (808) 449-6860, x601 WEB: Click here to download copy of Reps/Certs., http://www.hickam.af.mil/Public/Cons/new-rfp.htm. E-MAIL: Click here to e-mail Contract Specialist., leekk@wpgate.hickam.af.mil. (I) SCHEDULE: This synopsis supersedes in its entirety our synopsis dated 4 Aug 97 for this same requirement for NVIS kits. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6 of the Federal Acquisition Regulation as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. This solicitation is issued as a Request for Proposal (RFP). Proposals are due on or before 18 Sep 97, 4:00 p.m. HST. Proposal envelope is required to be marked with RFP number and closing date and time. This procurement is under Standard Industrial Code 3648. (II) STATEMENT OF AGENCY NEEDS: 77 Night Vision Goggle (NVG)-compatible lighting kits for F-15C aircraft cockpits. Each kit contains the following items: Flood Bracket #40-0007-1 (quantity 1); Flood Bracket #40-0007-2 (quantity 1); Utility Light #15-0015-13 (quantity 1); Floodlight #15-0017-1 (quantity 6); Flexible Flood, 10" #15-0074-1-1 (quantity 1); and Flexible Flood, 10" #15-0074-1-2 (quantity 1). (a) Manufacture's Name: Apache Enterprises, Inc. (or equal). (b) Salient characteristics of item/special terms and conditions: Night vision goggle (NVG) compatible lighting kit must be qualified on the F-15C by WR-ALC/LF; have undergone flight testing on the F-15C by Air National Guard Air Force Reserve Test Center (AATC) or 422 Test and Evaluation Squadron; have undergone ground acceptance testing by the Armstrong Laboratory (AL/HRA); must be fully compatible with the existing "Secondary Lighting Kit" currently installed in PACAF F-15Cs (see para. II); the lighting characteristics -- nighttime readability, NVG-aided visual acuity, and NVIS radiance -- must be compatible with the existing system; parts must be interchangeable with the existing hardware; operating functions must be compatible with the existing system; the contractor must support logistics requirements for the life of the aircraft; and kits must be available for shipment within 120 days of contract award. (c) Shipping information: 50 kits to 18LG/AFETS (Bldg 780/Unit 5178), Attn: Don Brooks, APO AP 96368-5183; 27 kits to 3OG/OGQ, Attn: CMSgt Hartman, 11570 Q Street Suite 201, Elmendorf AFB, AK 99506. (d) Offerors shall specifically address each characteristic listed in (II)(b). Technical drawings, system performance specifications, annotations and descriptive literature shall be furnished with proposal. Information provided shall be sufficiently detailed to adequately evaluate the product. Failure to provide product information by due date and time may render an offeror non-responsive. This will be a firm fixed price contract. (III) SUPPLIES: This synopsis/solicitation contains one line item as listed in (II). (IV) PROVISIONS AND CLAUSES: The following FAR provisions are applicable to this solicitation: 52.212-1, Instruction to Offerors-Commercial; 52.212.2, Evaluation-Commercial Items, for the purposes of this clause the blank(s) are completed as follows, (a)(1) Technical/manning expertise, (2) Past performance, and (3) price/cost; (b) Technical/manning expertise and past performance are of equal importance and when combined, these areas are more important than cost/price. No advantage will accrue to an offeror who proposes to perform work for an unrealistically low or high price; 52.212-4, Contract Terms and Conditions-Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; 52.232-33, Mandatory Information for Electronic Funds Transfer Payments. (V) Specifically, the following cited FAR clauses are applicable to this solicitation; 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402); 52.203-10, Price or Fee Adjustment for Illegal or Improper Activity (41 U.S.C. 423); 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns (15 U.S.C. (d)(4)); 52.219-9, Small, Small Disadvantaged and Women-Owned Small Business Subcontracting Plan (15 U.S.C. (d)(4)); 52.219-14, Limitation on Subcontracting (15 U.S.C. 637 (a)(14)); 52.222-26, Equal Opportunity (E.O. 11246); 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212); 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793); 52.222-37, Employment Reports on Special Disabled and Vietnam Era (38 U.S.C. 4212). (VI) REPRESENTATIONS AND CERTIFICATIONS -- Offerors must include with their offer a completed copy of the provisions at FAR 52.212-3, Offerors Representation and Certification-Commercial Items (see LINKDESC below to obtain copy). (VII) BASIS OF AWARD -- Award will be based on the best value to the government to include all evaluation factors. Proposals must be submitted in writing and must address all evaluation factors. Proposal must include technical data (product specs) and past performance on similar projects (preferably Defense Department projects), including items, dollar amount, location, point of contact for each project during the past 3 years. Address all proposals to the 15th Contracting Squadron, 90 G Street, Hickam AFB, Hawaii 96853-5230. Award is anticipated by 30 Sep 1997. All responsible sources may submit a proposal, which, if timely received will be considered by this agency. (0241)

Loren Data Corp. http://www.ld.com (SYN# 0117 19970904\16-0001.SOL)


16 - Aircraft Components and Accessories Index Page