Loren Data Corp.

'

 
 

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

Naval Air Warfare Center Training Systems Division, Code 27113, Research Parkway, Orlando, FL 32826-3224

66 -- DEVICE 2F129 FLIGHT DIRECTOR OVERHAUL/UPGRADE 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 overhaul and upgrade Device 2F129 flight director indicator instruments 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. Device 2F129 (T-44A operational flight trainer) flight director indicator instruments require overhaul and upgrade. These complex instruments provide aircraft attitude, heading, radio deviation, steering commands, and altitude information to the T-44A pilot and copilot. Warning flags deploy to cover appropriate displays to indicate possible subsystem malfunctions. The Government lacks technical documentation describing engineering details of flight director upgrade and overhaul. It is believed that AMI Instruments, Inc. possess the only such documentation available. For this reason, a sole source award to AMI Instruments, Inc. is contemplated. MANUFACTURER: Original units: Gould Inc., Simulation Systems Division, P/N HS070D5232-1. Upgraded units: AMI Instruments, Inc., P/N 9003148-01. QUANTITY: Twelve flight director indicator instruments will be overhauled and upgraded. DESTINATION INFORMATION: All instruments are located at NAS Corpus Christi in Corpus Christi, Texas, and will be returned to this location upon completion of the effort. CONTRACT PERIOD DURATION/DELIVERY SCHEDULE: The effort must be completed within fifteen months total. The units will be submitted for overhaul and upgrade in groups of two, and each group must be received, tested, and placed in operation prior to submittal of the next group since all but two units are in service on flight simulators. 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 3812. The maximum number of employees for a company to be considered small is 750. 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 flight director upgrade and overhaul in operational flight trainers and how they will obtain technical documentation for this effort. (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 of 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# 0301 19961211\66-0019.SOL)


66 - Instruments and Laboratory Equipment Index Page