Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 29,1996 PSA#1562

NASA Langley Research Center, Industry Assistance Office, MS 144 Hampton, Va. 23681-0001

A -- RELIANCE CONSOLIDATED MODELS (RECOM) POC Linda P. Fitzgerald, Industry Assistance Office, (804) 864-2461. In order that potential sources may learn of the interest in a specific requirement, advance notice is published herein. The procurement is a consolidation of design and fabrication efforts from Ames Research Center, Langley Research Center and Lewis Research Center. Businesses are being sought to furnish all resources necessary to provide services and materials for the design and/or fabrication of Aerospace Model Systems and Developmental Test Hardware. These research models and hardware may consist of both mechanical and electrical/electronic hardware elements. The mechanical hardware elements include but are not limited to wind tunnel models, model components, model support systems, test equipment, aircraft flight test hardware, space flight hardware and force measuring devices such as pressure, temperature and moment. Contractors shall perform hand finishing, polishing and lapping on precision hardware such as highly cambered and twisted wings, sculptured surfaces and contours from CAD generated models while maintaining dimensional tolerances as accurate as +/- .002 inches and surface finishes as low as 2 rms (micro inches). Other dimensional requirements may require accuracy to within .0002 inches. The electrical/electronic hardware elements include but are not limited to motors, actuators, sensors, control panels, printed circuit boards, data acquisition and control systems, circuit protection, connectors and wiring as required to support the test hardware. It is anticipated that multiple contracts may be awarded under the solicitation. The contracts will be indefinite quantity, delivery order type. Each having a guaranteed minimum and specified maximum. In accordance with the Federal Acquisition Streamlining Act, each awardee will be afforded an opportunity to compete for delivery orders in excess of $2,500 with exceptions. Contracts will have a total potential period of performance, including options, of five years, commencing approximately Feb. 1997. Responses shall be held to a maximum of 3 pages and forwarded to the NASA, Langley Research Center, Industry Assistance Office, Mail Stop 144, Hampton, VA 23681-0001 or via electronic transmission to l.p.fitzgerald@larc.nasa.gov. Responses must include: (a) Name and Address of firm (b) size of business: revenue and number of employees (c) Ownership - Large/Small/Small Disadvantaged/8(a)/or Woman-Owned (d) Year present firm established (e) Names of two principals to contact: Title/Phone number, (f) DUNS number (if available), (g) Perspective affiliates of respondent: parent, teaming partner, joint ventures, prime/sub, (h) A list of clients in the past 5 years (highlight relevant work, provide customer point of contact with phone number, summary of work provided, type of contract, contract number and dollar. Further, it is requested that a list be provided of the type of available equipment that would be required to perform the work as stated above. Technical questions should be directed to Ron Lamica (415) 604-3044 from Ames Research Center or Robert Hedgepeth (804) 864-8265 from Langley Research Center or Casey Blaze (216) 433-2119 from Lewis Research Center . This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for any information solicited. Respondents will not be notified of the results of the evaluation. Respondents deemed fully qualified will be considered in any resulting solicitation for the requirement. It is estimated that in the first part of May 1996, a draft Request for Proposal will be issued to industry for comments. The Government reserves the right to consider a small business set-aside or 8(a) set-aside based on responses hereto. The SIC code for this procurement is 8731 and the small business size standard is 1000 employees. In accordance with provisions set forth in Federal Register Vol. 60, No. 180 dated September 18, 1995, and Federal Acquisition Circular No. 90-32, the Government does not consider the requirement to be commercial or commercial type products. If you have a differing opinion, please so advise. Closing date of response is fourteen days from date of this publication. In responding, reference SS-RECOM. (0087)

Loren Data Corp. http://www.ld.com (SYN# 0013 19960328\A-0013.SOL)


A - Research and Development Index Page