Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 6,1999 PSA#2381

United States Air Force, Air Combat Command, ACC CONS, 130 Douglas Street, Suite 401, Langley AFB, VA, 23665-2791

25 -- AIR CRAFT REFUELING VEHICLE OVERFILL PREVENTION RETROFIT SOL F44650-99-T0135 DUE 072399 POC Robert Pryor III, Contract Manager, Phone (757) 764-4775, Fax (757) 764-9773, Email robert.pryor@langley.af.mil -- Tina Pettyjohn, Contract Manager, Phone (757)764-4187, Fax (757)764-9773, Email WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&;ProjID=F44650-99-T01 35&LocID=206. E-MAIL: Robert Pryor III, robert.pryor@langley.af.mil. The ACC Contracting Squadron intends to award a purchase order, under other than full and open competition to Scully Signal Company for the procurement of Overfill Prevention Control (Deadman System) components of the Sully Single Point Overfill Prevention System. The Scully Single Point Overfill Prevention System is a commercial self-monitoring, automatic, high-level shutoff system with a lockable bypass. It consists of several components for installation on aircraft fuel fillstands for the purpose of monitoring and limiting the transfer of fuel between the fillstands and aircraft refueling vehicles to prevent fuel spills. This system provides a single cable connection to the R-11 refueling vehicles, which incorporates overfill shutoff, bonding, grounding, deadman control, and grounding verification. The Overfill Prevention Control (Deadman System) components of the Scully Single Point Overfill Prevention System offer maximum safety in jet fuel loading operations and are the only known components fully compatible with the Scully System installed on Air Combat Command_s R-11 aircraft refueling vehicles. Scully Overfill Prevention Control (Deadman System) components to be procured include the Single Compartment Overfill Prevention Control Monitor with explosion-proof and weather-proof housing, indicator lamps, lockable bypass switch and additional circuitry for deadman switch (Scully model no. ST-35-ELK/D, part no. 08747, 15 each); Sculcon junction box with 30_ coiled cable, deadman switch and blue poly plug (Scully model no. SC-6/D, part no. 08674, 15 each); loading rack to refueler automatic self-proving ground system used in conjunction with Scully single compartment overfill prevention system (Scully model no. ST047-115-ELK, part no. 08220, 15 each); and universal loading rack tester (Scully model no. ST-2-DSWJ, part no. 08268, 3 each); Scully Kit Oshkosh R-1l (Overfill Protection) Retrofit System: includes one monitor, the number of optic probes to match the number of vehicle compartments, 100 feet of special Scully cable, 16 cable fittings, one socket cleaner, 30 crimp-on wire connectors, the standard Aviation/Military three set socket system and the level control output consisting of either a solenoid valve or an audio alarm unit (Scully part no. 07311, 55 each). Delivery must be made on or about 07 Sep 99 in various quantities to Nellis AFB NV 89191-7227, and Moody AFB GA 31699-1794. The Air Force intends to conduct this procurement in accordance with Federal Acquisition Regulation (FAR) part 12, Acquisition of Commercial Items, and FAR Subpart 13.5, Test Program for Certain Commercial Items. This proposed procurement is for supplies for which the government intends to solicit and negotiate with only one source under the authority of 10 U.S.C. 2304(c) (1) as set forth by FAR Subpart 6.302-1, Only one responsible source and no other supplies or services will satisfy agency requirements. Interested parties may respond in writing to the ACC Contracting Squadron with information concerning alternate systems. Responses must be received no later than 1 Aug 99. Responses must include written documentation providing conclusive evidence that the proposed alternate system currently meets all operational and compatibility requirements specified herein, without modification, in sufficient detail to enable accomplishment of a thorough technical evaluation. All responses submitted in accordance with the instructions provided herein will be evaluated by the Contracting Officer on the basis of the information submitted. Responses will be accepted by mail at the address identified herein and by facsimile machine (757) 764-9773. All responsible sources may submit a response that shall be considered by the agency. If no responses are received or all responses received are found to be technically unacceptable, the procurement will proceed under other than full and open competition as described herein. Posted 07/01/99 (D-SN349276). (0182)

Loren Data Corp. http://www.ld.com (SYN# 0275 19990706\25-0001.SOL)


25 - Vehicular Equipment Components Index Page