Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2007 FBO #2101
SPECIAL NOTICE

66 -- CPPSWT Model Positioning System, Force Balances, and Data Acquisition and Motion Control System

Notice Date
8/26/2007
 
Notice Type
Special Notice
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
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
FA9300-07-C-0012
 
Response Due
9/10/2007
 
Archive Date
10/31/2007
 
Description
The Air Force Flight Test Center (AFFTC), Edwards AFB intends to award a sole source, firm-fixed price contract, under the Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items the procurement of a Model Positioning System to Triumph Aerospace Systems, 703 Middle Ground Blvd, Newport News, VA 23606-2512. This procurement will be sole source to integrate with a supersonic wind tunnel on existing award. The NAICS code is 334515. The following item will be procured: The contractor shall provide the following support equipment for the Cal Poly Pomona Supersonic Wind Tunnel (CPPSWT) in compliance with the attached specifications. This acquisition will be conducted as total system procurement; including design, fabrication, shipping, installation and checkout, and calibration. The CPPSWT Model Positioning System, Force Balances, and Data Acquisition and Motion Control System shall include the following elements: - Two (2) six component 0.55 inch diameter internal force balances - One (1) data acquisition and motion control personal computer based system - One (1) model support and positioning system - Installation and checkout of the entire system - Complete as-built documentation and operations manual The contractor shall conduct a Preliminary Design Review (PDR) elucidating the design approach. Upon concurrence on the design approach by the AF, the contractor shall proceed and complete the detailed design; to include all construction details, installation details, calibration procedures, and operations. Upon successful completion of a Critical Design Review, the contractor shall submit final engineering drawings to the AF for approval and request Authorization To Proceed (ATP). The design must comply with all applicable National, State, and County Codes, City Ordinances, Factory Mutual Insurance Company requirements, and all other agencies having jurisdiction over the fabrication, installation, and operation at the CPPSWT. Any required permits are the responsibility of the contractor. The contractor shall be responsible for all transportation to Pomona, California. Installation at the CPPSWT shall be the responsibility of the contractor. The contractor shall perform all installation, operational checkout, and calibration as installed at Cal Poly Pomona, to verify that all specifications are met and make all adjustments or corrections, as required to achieve the specified operation. Deviations from the specifications require AF approval. The contractor shall provide force balance calibration data and pitch angle corrections for the model support system. The contractor shall provide a complete design disclosure on printed engineering drawings, 2-D and 3-D in AutoCAD, of the as-built wind tunnel facility on E-size drawings (28" x 40") and electronic drawing files on a CD-ROM. Electronic drawing files shall be provided in both PDF format and AutoCAD or IGES format. The contractor shall provide two complete sets of documentation describing the operations and maintenance of the model positioning system, force balances, and data acquisition and motion control system. The contractor shall provide a single on-site training session for the AF and CPP personnel. The contractor shall provide monthly status reports to the AF focal point and allow AF representatives to visit the contractor site at any time to review the design and/or inspect the system during its fabrication. Upon completion of the system fabrication and installation, the contractor shall update the entire drawing package and provide as-built drawings. The AF or a designated representative shall complete a buyoff inspection of the installed system, calibration data, manuals, and as built drawings no later than one month after project completion. This proposed effort shall be on a schedule for completion in 15 months. Three major milestones shall be identified in the contract: 1. Preliminary Design Review (2 months after award) - Design approach. 2. Critical Design Review/Approval to Proceed (6 months after award) - Detailed design and engineering drawings. 3. Installation and Checkout (completed 15 months after award) - Installation, final checkout, training, and delivery of manuals. Contractors interested in this requirement should submit a complete technical quote, which provides clear and convincing evidence that they can meet the Government's requirement. In addition, the response should include any special requirements for a commercial contract (i.e., Commercial Financing, Warranty Provisions, Delivery Information, etc.) in accordance with FAR Part 12. Anticipated Award date is 19 Sep 07. Responses must be received no later than (NLT) 1:00 p.m., Pacific Standard Time, 10 Sep 07. Responses should be submitted to: Directorate of Contracting, AFFTC/PKTA, 5 South Wolfe Avenue, Bldg 2800, Edwards AFB, CA 93524-1185, Fax: 661-277-2114 or email: kathrin.doss@us.af.mil. This notice of intent is not a request for competitive proposals. A determination by the Government not to compete this acquisition based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive requirement. Telephone requests to be placed on mailing lists will not be honored.
 
Place of Performance
Address: Cal Poly, Pomona, CA
Zip Code: 91768
Country: UNITED STATES
 
Record
SN01385787-W 20070828/070826220236 (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.