Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 11,1996 PSA#1739

Naval 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