Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 21, 2015 FBO #4837
SOLICITATION NOTICE

66 -- Air Data Calibrators

Notice Date
2/19/2015
 
Notice Type
Presolicitation
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
 
ZIP Code
08733-5083
 
Solicitation Number
N68335-15-R-0089
 
Archive Date
3/20/2015
 
Point of Contact
Michael Miller, Phone: 732-323-7661
 
E-Mail Address
michael.t.miller7@navy.mil
(michael.t.miller7@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Naval Air Warfare Center Aircraft Division Lakehurst, NJ intends to competitively award a fixed price Indefinite Delivery Indefinite Quantity (IDIQ) contract for a maximum quantity of 150 commercially available Air Data Calibrators (ADC). This will be 100% small business set-aside procurement. All offerors who submit written technical proposals are required to submit one Air Data Calibrator as a bid sample to be used for Government testing The ADC pressure standard will be predominately used to test and calibrate air data related aircraft support equipment used for both fixed wing and rotary wing applications. The ADC pressure standard shall be a pneumatic pressure calibration system with user-friendly controls for minimally trained operators. The ADC pressure standard shall have two primary modes of operation, Monitor and Control. When operating in the Monitor Mode, the ADC pressure standard shall measure externally generated pressures. When operating in the Control Mode, the ADC pressure standard shall generate, control, and measure pressures using applied internal or external pressure and vacuum sources. It shall be capable of calibrating air data related pressure parameters such as altitude, air speed, altitude rate, and conducting leak rate testing in addition to calibrating low pressure transducers and gauges. This equipment may be of a commercial design or a modified commercial design. It is intended to be used by civilian and uniformed Navy personnel in shipboard and shore-based calibration laboratories. Award of the IDIQ contract resulting from this solicitation will be made to the responsible Small Business whose proposal is technically acceptable with acceptable past performance, and whose bid sample is found to be technically acceptable, whose price is the lowest offered. The evaluation factors for the proposal and bid sample are 1) Technical 2) Past Performance and 3) Price. Offerors must submit the Technical, Past Performance and Price Proposals in separate volumes. The solicitation, N68335-15-R-0089, will be posted on the NAVAIR homepage at http://www.navair.navy.mil - select "Opportunities" and "Open Solicitations. The Government will release the solicitation/ RFP, including any subsequent amendments, on the NAVAIR Homepage website and Fed Biz Ops. No telephone requests for the solicitation will be accepted, no written requests will be accepted and no hard copies of the solicitation package will be mailed. Any amendment issued will be posted to the same website. After the solicitation release, vendors should regularly access the website to ensure they have all amendments. No emailed or faxed proposals will be accepted. The point of contact for this effort is: Mr. Michael T. Miller, Contract Specialist, Michael.t.miller7@navy.mil. Note all questions and answers specific to this solicitation will be posted to the NAVAIR website. IMPORTANT INFORMATION: Registration in the Department of Defense DoD System for Award Management (SAM) database will be a prerequisite for receiving an award. For more information on the SAM, refer to the SAM website at https://www.sam.gov/portal/public/SAM. THIS PRE-SOLICITATION NOTICE IS NOT A REQUEST FOR PROPOSAL. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. This synopsis is for administrative purposes only. It does not constitute a solicitation for bid or proposals, and should not be construed as a commitment by the Government. The information provided herein is subject to change and in no way binds the Government to solicit for or award a competitive contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-15-R-0089/listing.html)
 
Record
SN03646641-W 20150221/150219235715-9b009a63a51374079d5c7a35682b14dc (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.