Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 23, 2008 FBO #2370
SOLICITATION NOTICE

16 -- AIRBORNE DIGITAL AUDIO MANAGEMENT SYSTEM

Notice Date
5/21/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC08251074Q
 
Response Due
6/5/2008
 
Point of Contact
Sandra A Brickner, Contract Specialist, Phone 216-433-6093, Fax 216-433-5489
 
E-Mail Address
sandra.a.brickner@nasa.gov
 
Small Business Set-Aside
N/A
 
Description
This notice is a combined synopsis/solicitation for commercial items prepared inaccordance with the format in FAR Subpart 12.6, as supplemented with additionalinformation included in this notice. This announcement constitutes the onlysolicitation; offers are being requested and a written solicitation will not be issued. The Government intends to acquire a commercial item using FAR Part 12 and the SimplifiedAcquisition Procedures set forth in FAR Part 13.This notice is being issued as a Request for Quotations (RFQ) for an Airborne DigitalAudio Management System, Qty 1.The item shall meet the following specifications:Objective: Purchase an airborne digital audio management system for use with the NASA Glenn ResearchCenter S-3B Viking aircraft. The digital system should be easily configurable to meet theneeds of individual research missions. The intent of the system is to manage all audio(transceivers, receivers, audio warning sources, passenger intercom, satellitecommunications, etc.) from one central location in the aircraft. The system needs to beeasily configurable to allow specific mission oriented communication schemes to beimplemented between pilots and researchers. Background:Glenn Research Center is currently in the process of reconfiguring an S-3B VikingAircraft for research purposes. Part of the reconfiguration process is to remove the oldanalog audio system and install a new digital audio communication system consisting ofone audio management unit (AMU) system and 4 digitally controlled audio control panels(ACP).Salient Characteristics:1. One AMU distributing all aircraft audio (transceivers, receivers, audio warningsources, passenger intercom, satellite communications, etc.)across a digital buss to andfrom crewmember stations.2. The system shall support four individual crewmember ACPs (two pilots and two-missionspecialist).3. The system shall use a computer USB or serial connection to the AMU, which will allowcustom configuration of the audio system with a laptop control for implementation ofmission dependent communication schemes between pilots and researchers. 4. The digital AMU shall support the following:7 headsets.7 Transceivers.10 navigation systems.8 warning signals.Satellite Communication System interface.Two-group intercom system (ICS) controls. One for flight crew and one for researchers tooperate on separate ICSs will be required.5. Publications and software pertinent to installation and operation of hardware will berequired along with technical support available during standard business hours.Environmental Characteristics:The hardware needs to be able to withstand temperature, vibration, acoustic noise, andhumidity levels normally encountered with military jet aircraft. Thus compliance withRTCA/DO-160E is required.The provisions and clauses in the RFQ are those in effect through FAC 05-25All responsible sources may submit an offer which shall be considered by the agency.Delivery of the item shall be to the NASA Glenn Research Center, 21000 Brookpark Road,Cleveland, Oh 44135 (Receiving, Bldg 21). The DPAS rating for this procurement is DO-C9.Offers for the items(s) described above are due by June 5, 2008, 4:30 p.m. EST and may beemailed to Sandra.A.Brickner@nasa.gov or faxed to (216) 433-5489 and must include,solicitation number, proposed delivery schedule, discount/payment terms, warrantyduration, taxpayer identification number (TIN), CAGE code, DUNS Number, identification ofany special commercial terms, and be signed by an authorized company representative. Offerors shall provide the information required by FAR 52.212-1 (SEPT 2006), Instructionsto Offerors-Commercial Items, which is incorporated by reference. Addenda to FAR 52.212-1are as follows: None. If the end product(s) offered is other than domestic end product(s) as defined in theclause entitled "Buy American Act -- Supplies," the offeror shall so state and shall listthe country of origin. FAR 52.212-4 (FEB 2007), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (FEB 2008), Contract Terms and Conditions Required To Implement Statutes orExecutive Orders-Commercial Items is applicable and the following identified clauses areincorporated by reference: 52.219-28 Post Award Small BusinessProgram Representation, 52.222-3 Convict Labor (June2003), 52.222-19 Child Labor--Cooperatoin with Authorities and Remedies; 52.222-21,Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29U.S.C. 793); 52.222-50 Combating Trafficking in Persons 22.1705 (a); 52.225-1 buyAmerican Act--Supplies; 52.232-34, Payment by Electronic Funds TransferOther thanCentral Contractor Registration (May 1999) (31 U.S.C. 3332). The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm All contractual and technical questions must be in writing (e-mail or fax) to SandraBrickner not later than June 4, 2008. Telephone questions will not be accepted.Selection and award will be made to that offeror whose offer will be most advantageous tothe Government, with consideration given to the factors of proposed technical merit,price, and past performance. It is critical that offerors provide adequate detail toallow evaluation of their offer. (SEE FAR 52.212-1(b)). Offerors must include completed copies of the provision at 52.212-3, OfferorRepresentations and Certifications - Commercial Items with their offer. These may beobtained via the internet at URL:http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc. Theserepresentations and certifications will be incorporated by reference in any resultantcontract.An ombudsman has been appointed -- See NASA Specific Note "B".Prospective offerors shall notify this office of their intent to submit an offer. It isthe offeror's responsibility to monitor the following Internet site for the release ofsolicitation amendments (if any):http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22. Potential offerorswill be responsible for downloading their own copy of this combinationsynopsis/solicitation and amendments (if any).Any referenced notes may be viewed at the following URLs linked below.http://genesis.gsfc.nasanote.html
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d276abce46ef15043fdd7fa475358ad7&tab=core&_cview=1)
 
Record
SN01578259-W 20080523/080521220515-d276abce46ef15043fdd7fa475358ad7 (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.