Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 7,1998 PSA#2154

US Property and Fiscal Office for Georgia, Attn: PFO-PC, PO Box 17882, Atlanta GA 30316-0882

J -- HYDRAULIC GROUND POWER UNITS SOL DAHA09-98-Q-0021 DUE 082298 POC H.G. Queen (404) 624-6215, Contract Specialist Hydraulic Ground Power Units, Contractor to furnish all parts, labor, materials, and transportation required to repair, refurbish, overhaul, re-wire, and mechanically modify 5 each Hydraulic Ground Power Units (HGPU's) in order to develop a remote, stand alone touchscreen control system. This control software programming must include the option of B-1B aircraft hydraulic filling, draining, open and closed-loop 4000 psi testing, and a maintenance diagnostics page. The control program must also contain safety features that protect the aircraft at all times. The HGPU's for the task will be provided by the GA ANG via DD Form 1149 to the contractor as government furnished property (GFE). These assets are assumed currently under PDM contract at Boeing North American, Palmdale, CA facility. These assets are tagged property numbers: J0023125; J0042106; 0023114; J0023153; J0023188. Contractor must also procure the necessary material to accomplish the modification of the 5 HGPU CASS units. This includes the procurement of Allen Bradley control heads, a 90 ton chiller, hoses, lines, power adaptors, and logic controllers. Contractor must prepare and submit a white paper containing the engineering schematics and user manuals for the hydraulic, electrical, avionics air, PAO, and engine bleed air systems to the B-1B in contractor format. These engineering schematics will include the recommended plumbing, accumulators, etc. by manufacture and part number that are recommended for installation. Contractor will perform site surveys, as necessary, at Robins AFB, GA to determine installation requirements. Contractor will perform installation support of the CASS units at Robins AFB, GA and perform system start-up, checkout, and familiarization. Contractor will provide engineering support in developing ground test procedures to verify ground fuel hydrant refuell/defuel compatabilities with B-1B. Contractor will provide engineering support in the design, fabrication, software control and ground testing of liquid cooled, 4500+ scfm air cooling system that supports the B-1B during ground testing. Contractor will provide engineering support in the design, fabrication, software control and ground testing of liquid cooled, 55 gpm liquid cooling system that supports the B-1B during ground testing. Contractor will provide engineering support in the design, fabrication, software control and testing of an engine air start system. Contractor will provide engineering support in the design, fabrication, software control and testing of the B-1B ground power system. Estimate of on-site support required: Travel: 8 trips to Robins AFB: 4 trips, 2 people for 7 days; 2 trips, 3 people for 2 days; 1 trip, 1 person for 2 weeks; 1 trip, 2 people for 4 weeks. Justification for Other Than Full and Open Competition is FAR 6.302-1, Only One Source or Only a Limited Number of Responsible Sources. Any award resulting from this RFQ will be issued on DD Form 1155 and will contain all clauses required by Law, the Federal Acquisition Regulation (FAR), and the Defense Federal Acquisition Regulation Supplement (DFARS) as appropriate for the dollar value of the award. FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Jun 1988) and FAR 52.252-2, Clauses Incorporated by Reference (Jun 1988) -- This solicitation incorporates one or more solicitation provisions/clauses by reference, with the same force and effect as if they were given in full text. Upon request, the contracting officer will make their full text available. Quotations shall provide the following information, representations, and certifications. 1. FOB point if other than origin. 2. Quotation is firm for 90 days unless otherwise stated. 3. Point(s) of shipment, performance, preservation, packaging, and marking. 4. Remittance address. 5. Taxpayer Identification Number (TIN) per FAR 52.204-3, Taxpayer Identification (Mar 1994). 6. Commercial and Government Entity (CAGE) Reporting DFARS 255.204-7001 (Dec 1991) POC: H.G. Queen, (404)624-6215. Posted 08/05/98 (W-SN232822). (0217)

Loren Data Corp. http://www.ld.com (SYN# 0046 19980807\J-0010.SOL)


J - Maintenance, Repair and Rebuilding of Equipment Index Page