Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 21, 2010 FBO #3161
SOLICITATION NOTICE

69 -- Fuel Quantity Indicator System (FQIS) for E-6B

Notice Date
7/19/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333319 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Training Systems Division, 12350 Research Parkway, Code 253, Orlando, Florida, 32826-3224
 
ZIP Code
32826-3224
 
Solicitation Number
N61339-10-T-0015
 
Point of Contact
Jana R. Mirrilees, Phone: 4073804997
 
E-Mail Address
jana.mirrilees@navy.mil
(jana.mirrilees@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial supplies, prepared in accordance with the format in FAR Subparts 12 and 13, as supplemented with additional information included in this notice. Solicitation number N61339-10-T-0015 applies and is hereby issued as a request for proposal (RFP). This announcement constitutes the only solicitation; proposals are being solicited and a separate written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-05. THIS IS A 100% SMALL BUSINESS SET-ASIDE. The Federal Supply Code (FSC) is 6910 and the North American Industry Classification System (NAICS) Code is 333319. Small Business size standard is 500 employees. Background: Naval Air Warfare Center Training Systems Division has a requirement to provide simulated fuel gauges for Navy E-6B Operational Flight Trainers (OFT). The Government is currently finalizing its planning for modification of the E-6B aircraft Fuel Quantity Indicator System (FQIS). The E-6B aircraft will utilize FQIS design used by the E-3 aircraft modification program. The following items are required: CLIN 0001: Indicator, Reserve Fuel Tank (1 & 4), Qty 6 CLIN 0002: Indicator, Main Fuel Tank (1 & 4), Qty 6 CLIN 0003: Indicator, Main Fuel Tank (2 & 3), Qty 6 CLIN 0004: Indicator, Center Fuel Tank, Qty 3 CLIN 0005: Indicator, Total Fuel, Qty 3 Product/Services Requirements: CLINs 0001 through 0005, Fuel Quantity Indicators. The contractor shall provide indicators that satisfy functional requirements identified in L-3 Communications Link Simulation & Training Division (Link) E-3 OFT1, OFT2 & Flight Training Device (FTD) FQIS Indicators product specification P002593 Rev E. The product specification contains technical data whose export is restricted by the Arms Export Control Act. Offerors qualified to handle Arms Export Control Act data may obtain a copy of the Product Specification document by contacting the Point of Contact provided below. Proposal Requirements: The proposal shall provide costs for each CLIN identified above. In addition to prices for each item listed above, offerors shall provide a technical document indicating to what extent their proposed product meets the E-3 Fuel Quantity Indicator functional requirements. The proposal shall also include references that the Government may contact regarding past performance. A minimum of three (3) customer references (Government customers preferred), with contract numbers, contract values, current phone numbers and addresses is requested to be provided. Offerors are requested not to include previously produced "marketing" materials or brochures. Award Criteria. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to this notice represents the best value to the Government, price and other factors considered. A firm fixed price purchase order will be awarded. The following trade off factors shall be used: 1) technical, 2) price, and 3) past performance. The failure of an offeror to provide information sufficient to determine conformance with the solicitation or evaluation factors may result in the offeror being ineligible for award. Proposals that are non-compliant with any material requirement of this solicitation may be rejected without further consideration for award. All responsible sources may submit a proposal that will be considered by the Agency. Proposals submitted should be valid for a period of at least 60 days. A firm-fixed price purchase order will be awarded using Simplified Acquisition Procedures. The following FAR and DFARS provisions and clauses apply to this acquisition: 52.212-1; 52.212-2, 52.212-3; 52.212-4; 52.212-5; 52.209-6; 52.211-17; 52.222-20; 52.243-1; 52.247-34; 252.212-7001. The following subparagraphs of FAR 52.212-5(b) apply: (8). The following subparagraphs of FAR 52.212-5(c) apply: (1) and (2). The following DFARS provisions and clauses apply to this acquisition to be incorporated by reference: 252.204-7004 Alternate A; 252.206-7000; 252.225-7000; 252.225-7001; 252.227-7015; 252.227-7037. The following local clauses apply: 5252.232-9513. A completed copy of the following must be included with each proposal: FAR 52.212-3, DFARS 252.212-7000. To be eligible for award the successful offeror must be properly registered in the Government's Central Contractor Registration (CCR). Companies may register at: http://www.ccr.gov/ Parties responding to the solicitation may submit their proposal in accordance with their standard commercial practices (e.g.; company letterhead, proposal form, etc.) but must include the following: (1) complete mailing/remittance address(es); (2) prompt payment discount (if applicable); (3) delivery schedule; (4) valid Tax Identification Number (TIN); (5) valid Commercial and Government Entity number (CAGE); (6) valid Data Universal Numbering System number (DUNS); All responses must be received by 2 August 2010, 3:00 PM EST, and shall reference the solicitation number N61339-10-T-0015. If the solicitation is amended, only those offerors that respond to this announcement within the required time frame will be provided any changes/amendments and considered for future discussions and/or award. Questions/responses relative to this proposal may be sent to the POC, Jana Mirrilees by fax (407) 380-4164, or by email jana.mirrilees@navy.mil; or by mail to Naval Air Warfare Center Training Systems Division, Code 2.5.3.4.2, 12350 Research Pkwy, Orlando, FL 32826-3275.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N61339/N61339-10-T-0015/listing.html)
 
Record
SN02209876-W 20100721/100719234406-1fe7aa827530b45268d2f448c4eb8f6a (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.