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