|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 11,1996 PSA#1739Naval Air Warfare Center Training Systems Division, Code 27113, 12350
Research Parkway, Orlando, FL 32826-3224 42 -- REPLACEMENT OF HALON FIRE SUPPRESSION SYSTEMS IN DV 2F101 FLIGHT
SIMULATORS DUE 011797 POC Kirsten Goodreau, 407-380-4986. Contracting
Officer, Tony Cibos, 407-380-8172 Information is sought on: (1) sources
capable of satisfying NAWCTSD's requirement to replacement of Halon
Fire Suppression Systems in eight Trailerized Device 2F101 Flight
Simulators and (2) if commercial items or nondevelopmental items are
available that meet NAWCTSD's needs or could be modified to meet
NAWCTSD's needs. No solicitation is available at this time. Information
on this effort will be posted to www.ntsc.navy.mil under What's New:
Request for Proposals as it becomes available. This task is for the
replacement of Halon Fire Suppression Systems in eight Trailerized
Device 2F101 Flight Simulators in order to comply with Environmental
Regulations and to improve the reliability/maintainability of the
Trailerized Flight Simulators. The prospective contractor shall remove
the existing Halon Fire Suppression Systems and replace with an
Underwriter's Laboratory (UL) approved system in all eight trailers.
The prospective contractor shall also provide commercial documentation
and as-built documentation for the new Fire Suppression System. This
task shall be completed within 180 days of contract award. Currently,
seven of the eight Flight Simulators are located at NAS Meridian, MS.
The eighth Flight Simulator is located at NAS Pensacola, FL, but may be
relocated to NAS Meridian, MS prior to performance of this task. The
inside area of the trailers which must be protected has approximate
dimensions of 45 feet length, 12 feet width, and 11 feet height.
NAWCTSD is seeking those sources which have the experience and required
capabilities to qualify them for a possible award. Those firms
possessing such experience and capabilities are requested to submit the
following information in original and one copy to the Contracting
Officer at the address indicated above not later than 17 January 1997.
No facsimile or electronic mail copies of information please. In
addition to the information required by CDB Note 25, organizations are
requested to submit complete documentation discussing the following.
(1) All respondents must state whether their company is a large, small,
small disadvantaged, or woman owned business. The applicable SIC is
2899. The maximum number of employees for a company to be considered
small is 500. If the company is a small, small and disadvantaged or
certified 8(a), or woman owned business, respondents must indicate
their intent to pursue this requirement as either a prime contractor or
a subcontractor. (2) All respondents must identify experience in
removal of existing halon fire suppression systems and replacement with
hardware which is Underwriter's Laboratory (UL) approved. (3) All
respondents must identify if their firm can provide commercial or
nondevelopmental items that meet NAWCTSD's needs or if they could
provide commercial or nondevelopmental items which could be modified to
meet NAWCTSD's needs. Cost or pricing data is NOT required nor desired
with this submission. Responses which incorporate general
capability-type literature but fail to specifically address the
experience and capability requirements as defined above will be judged
to be unresponsive. Information received will be considered solely for
the purpose of whether to conduct a competitive procurement. The
information provided should pertain to this synopsis only. Any
information received as a result of this notice will NOT be provided to
other contractors. A determination by the Government not to compete
this proposed contract based upon responses to this notice is solely
within the discretion of the Government. The Government reserves the
right without further consideration to render a determination for a
set-aside based solely on the information received. Organizations
judged to have the required competence will be issued a copy of the
resulting request for proposal. Address correspondence to Ms. Kirsten
Goodreau. The Government will NOT pay for any information received in
response to this announcement nor will the Government compensate any
respondent for any costs incurred in the development of information
provided to the Government. (0344) Loren Data Corp. http://www.ld.com (SYN# 0223 19961211\42-0003.SOL)
42 - Firefighting, Rescue and Safety Equipment Index Page
|
|