Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 10, 2005 FBO #1353
SOLICITATION NOTICE

16 -- AIRCRAFT MODE S TRANSPONDER/TCAS CONTROL PANEL

Notice Date
8/8/2005
 
Notice Type
Solicitation Notice
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Central Region Acquisition Division, 601 East 12th Street, Room 1756, Kansas City, MO, 64106
 
ZIP Code
64106
 
Solicitation Number
Reference-Number-NAAN6000501321CMM
 
Response Due
8/23/2005
 
Archive Date
9/7/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared and processed in accordance with the Federal Acquisition Regulations (FAR) Part 12.6 as supplemented with additional information included in this announcement. This is a Solicitation from the United States Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), Aircraft Operations Center MacDill, AFB FL to provide an Aircraft Mode S Transponder /TCAS Control Panel, Part number (P/N) G7492-10 or equal. This constitutes the only Request For Quote (RFQ), written offers are being requested; and a written RFQ will not be issued. This notice is hereby issued as RFQ No. NAAN6000-5-01321CMM. This RFQ and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-05. The line item(s) will be provided in accordance with the specifications listed below. The prices shall be all inclusive of costs. The FAR clauses incorporated into this acquisition shall be: 52.211-6 Brand Name Or Equal (Aug. 1999), 52.211-8 Time of Delivery Alt I.(APR 1984), 52.212-1 Instruction to Offerors ? Commercial Items (Jan. 2004), 52.212-3 Offeror Representations and Certifications ? Commercial Items (Jan 2005), 52.212-4 Contract Terms and Conditions ? Commercial Items (May 2004), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (Jan 2005) (Sections 14, 15,16, 17, 18, 19, 20, 24, 26, and 31), 52.214-21 Descriptive Literature (Apr. 2002), 52.242-15 Stop Work Order (Aug. 1989), 52.247-35 FOB Destination, Within Consignee?s Premises (Apr.1984). FAR clauses are available on the Internet Website http://www.arnet.gov/far. The following Commerce Acquisition Regulations (CAR) are also incorporated into this acquisition by reference: 1352.201-70 Contracting Officer?s Authority (Mar. 2000), 1352.211-70 Statement of Work/Specifications (Mar. 2000), 1352.209-73 Compliance with the Laws (Mar. 2000), 1352.215-77 Evaluation Utilizing Simplified Acquisition Procedures (March 2000) (**See text below), 1352.246-70 Inspection and Acceptance (Mar. 2000). Inspection and acceptance will be performed at NOAA Aircraft Operations Center, 7917 Hangar Loop Drive, Hanger 5, MacDill, AFB FL 33621. Full text of these CAR clauses are available upon written request by sending an email to carey.m.marlow@noaa.gov. Signed and dated offers must be submitted to the U.S. Department of Commerce, NOAA/CASC, Attn: AMD/Carey Marlow, Room 1756, 601 East 12th Street, Kansas City, Missouri 64106. Offers must be received on or before 3:00 pm CDT, Tuesday, August 23, 2005. Offers may be faxed to 816-426-5067 Attn: Carey Marlow. In addition to price, offers must include the following: 1)a completed copy of the provisions contained in FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; 2)certification of registration in the Central Contractor Registration database; 3)a proposed delivery schedule; 4)descriptive literature; and 5) references for conducting past performance reviews. This is a firm fixed price solicitation. PRODUCT DESCRIPTION: A Mode S Transponder/TCAS control panel is an aircraft instrument control unit designed to interface to and control available functions of the aircraft air traffic control system surveillance transponder system (Transponder) and the aircraft traffic collision avoidance system (TCAS). Transponder/TCAS control panels are available with various human interface designs and interfaces for various Transponder/TCAS implementations. The requirements listed below are the minimum requirements necessary for the intended application, the NOAA WP-3D aircraft. The contractor shall provide a Mode S Transponder/TCAS control panel per the minimum requirements shown herein to include all manuals, schematics, mechanical drawings for operation, and warranty information. Minimum Requirements: The unit shall interface and fully control the following avionics: 1. Dual ACSS Mode S Transponder, XS-950 Mode-S transponder, PN 7517800-10005A. 2. ACSS TCAS, Model T2CAS TT-950, PN9000000-10001. Quantity 1 per plane. Primary Power: 115 VAC 400 Hz Panel Lighting Power: 5VAC Indicator Lighting: 28VDC Color: 1. Front panel shall be black to match existing Gables G7612-22 control panels. 2. Push buttons and knobs shall be black to match Gables G7612-22 knobs. Controls: 1. A single rotary knob shall control modes: Standby, Altitude reporting off, Normal transponder, Normal transponder + TCAS traffic advisories, Normal transponder + TCAS traffic advisories and resolution advisories, and Test. 2. TCAS traffic range knob with the following available ranges: 6, 12, 20, 40, 80, and 120. 3. Indent push button. 4. TCAS Above, Normal, below control knob. 5. Flight ID Entry code shall be via knobs or buttons. 6. Transponder 1 / Transponder 2 control knob. Lighting: 1. Panel lighting shall be Blue/white lighting to match the existing Gables G7612-22 style lighting. 2. LCD lighting shall be Blue/white lighting to match the existing Gables G7612-22 LCD display lighting Dimensions: 2.235? high X 5.735? wide X 5.5? deep (maximum, excluding connectors). NOTE: THE ABOVE ARE MIMUMUM REQUIREMENTS. BID FORMAT: Provide itemized pricing as follows: UNIT TOTAL CLIN #1 ? Aircraft Mode S Transponder / TCAS Control Panel Part Number G7492-10 (Or equivalent) 3 ea $__________ $__________ FOB Destination GRAND TOTAL: $_____________ The above price includes the equipment, shipping, manuals, schematics, mechanical drawings for operation, and warranty. DELIVERY SCHEDULE: Required Delivery: October 1, 2005 (Assuming that the Government will make award by August 19, 2005.) Proposed Delivery: ________________________ Delivery shall be FOB Destination. FAILURE TO FURNISH DESCRIPTIVE LITERATURE WILL RENDER THE OFFER NON-RESPONSIVE. DOC, CASC requires that all contractors doing business with this office be registered with the Central Contractor Registry (CCR). No award can be made to a company not registered in CCR. For additional information and to register in CCR, please access the following web site: http://www.ccr.gov. In order to register, all offerors must have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800) 333-0505. *CAR 1352.215-77 Evaluation Utilizing Simplified Acquisition Procedures (March 2000) The Government will award a purchase order or delivery order resulting from this solicitation to the responsible offeror whose quotation conforming to the solicitation results in the best value to the Government price and other factors considered. The following will be used to evaluate quotations. The following factors shall be used to evaluate offers: Technical capability. Provide sufficient information, documentation and descriptive literature that demonstrates the ability to meet or exceed the Government?s minimum requirement for the specified equipment. Warranty. Delivery schedule. Ability to meet or exceed the Government?s required delivery schedule. Past Performance. Provide list of contacts including phone numbers, of firms to whom the offeror has successfully provided equipment that is the same or equal to that described herein. Price.
 
Place of Performance
Address: NOAA AIRCRAFT OPERATIONS CENTER, 7917 HANGAR LOOP DRIVE, HANGAR 5, MACDILL AFB, FL 33621
Zip Code: 33621
Country: USA
 
Record
SN00865017-W 20050810/050808212645 (fbodaily.com)
 
Source
FedBizOpps.gov 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.