Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 8,2000 PSA#2532

Department of the Air Force, Air Force Materiel Command, OC-ALC -- (Central Contracting), 3001 Staff Drive, Ste 1AG76A, Tinker AFB, OK, 73145-3015

66 -- SOLE SOURCE -- SMITH INDUSTRIES -REPAIR OF VARIOUS SIGNAL ACQUISITION UNITS AND CRASH SURVIVABLE MEMORY UNIT APPLICABLE TO THE F-16 AND C-135 SOL F34601-00-R-43510 DUE 032200 POC Joe Clay, Contracting Officer, Phone 405-739-4212, Fax 405-739-3462, Email joe.clay@tinker.af.mil WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=F34601-00-R-4 3510&LocID=902. E-MAIL: Joe Clay, joe.clay@tinker.af.mil. Presolicitation Notice Date Submitted: 03-FEB-2000 OC-ALC/LIDIA DIR CONTRACTING/COMMODITIES 3001 STAFF DR STE 1AE1/98C TINKER AIR FORCE BASE OK 73145-3028 J -- VARIOUS SOL F34601-00-R-43510 DUE 032300 OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional information contact Joe Clay/Lidia/[405]739-4212 Services, Non-Personal: The contractor shall provide all labor, facilities, equipment and all material to accomplish overhaul, repair and/or modification, test, packing, preservation and return to the Government in a completely serviceable condition, the items of Air Force equipment listed below. A Firm Fixed Price Requirements type contract is contemplated for One Year, plus four One-Year Options. The Items and Best Estimated Quantities (BEQ) are as follows: CLIN 0001: NSN 6610-01-319- CLIN 0001: 4987LN; P/N 160333-09-01; NOUN: Signal Acquisition Unit; APPL: F-16 Acft; Basic Year Qty: 60 Ea; Option I Qty: 72 Ea; Option II Qty: 71 Ea; Option III Qty: 70 EA; Option IV Qty: 71. Material: Noncorrosive aluminum alloy containing various electrical components. Dimensions: 7.25"L x 7.00"H x 6.20"W waigh 14.2 lbs. Description and Function: The SFDR is a recording system designed to provide accident/incident investigation data, individual aircraft (structure) tracking data, structural flight and ground loads data, and airframe and engine usage data. The system performs this operation by storing data transmitted from various transducers located on the airframe, the engine, and the multiplex data bus. The data is retrieved. Required delivery is 15 ea per month ARO Order and Reparables. CLIN 0002: NSN 6610-01-308-6148 LN; P/N 160333-08-01; NOUN: Signal CLIN 0002: Acquisition Unit; APPL: F-16 ACFT; Basic Year Qty: 69 Ea; Option I Qty: 58 Ea; Option II Qty: 63 Ea; Option III Qty: 62 EA; Option IV Qty:. Material: Noncorrosive aluminum alloy containing various electrical components. Dimensions: 7.25"L x 7.00"H x 6.20" Weight 14.2 lbs. Description and Function: The SFDR is a recording system designed to provide accident/incident investigation data, individual aircraft (structure) tracking data, structural flight and ground loads data, and airframe and engine usage data transmitted from various transducers located on the airframe, the engine, and the multiplex data bus. The data is retrieved. Required delivery is 15 ea per month ARO Order and Reparables. CLIN 0003: NSN 6610-01-308-5452LN P/N 167252-02-03 and/or NSN CLIN 0003: 6610-01-223-5842LN P/N 167252-02-02; NOUN: Crash Survivability Memory; APPL: F-16 Acft C/D; Basic Year Qty: 40 Ea; Option I Qty: 39 Ea; Option II Qty: 40 Ea; Option III Qty: 38 EA; Option IV Qty: 37. Material: Noncorrosive aluminum alloy containing various electrical components. Dimensions: 6.37"L x 3.00"H x 3.8"W Weight 5.59 lbs. Description and Function: The crash survivable memory unit provides storage of compressed mishap data and interface circuit that communicates with the SAU in an armored, insulated and sealed enclosure designed to withstand the destructive forces of fire, water and chemical exposure typical of an aircraft mishap on land or ship deck. Required delivery is 15 ea per month ARO Order and Reparables. CLIN 0004: NSN 6610-01-305-8863LN; CLIN 0004: P/N 169949-01-01; NOUN: Flight Data Recorder; APPL: F-16 Acft; Basic Year Qty: 9 Ea; Option I Qty: 9 Ea; Option II Qty: 13 Ea; Option III Qty: 12 EA; Option IV Qty: 10. Material: Noncorrosive aluminum alloy containing various electrical components. Dimensions: 7.25"L x 7.00"H x 6.20"W Weight 12.2 lbs. Description and Function: The SDRR is a solid-state signal processing and storage device that receives analog signals, discrete signals, and avionics multiplex bus (AMUX) serial data from various sensors and components within the aircraft. These signals are converted into a comprssed digital format for storage. The SDRR collects, encodes, decodes and stores data in the CSMU's Non- Volatile Memory (NVM). Required delivery is 1 ea per month ARO Order and Reparables. CLIN 0005: NSN CLIN 0005: 6610-01-429-6897LN; P/N 160333-10-01; NOUN: Signal Acquisition Unit; APPL: F-16 Acft; Basic Year Qty: 48 Ea; Option I Qty: 48 Ea; Option II Qty: 48 Ea; Option III Qty: 48 EA; Option IV Qty: 48. Material: Noncorrosive aluminum alloy containing various electrical components. Dimensions: 7.25"L x 7.00"H x 6.20"W Weight 12.2 lbs. Description and Function: The SAU is divided into two major sections, a digital and an analog section. The digital section provides OFP execution, digital data acquisition and communication and data storage. The analog section provides analog data acquisition and output discrete generation, and is treated as an independent section. Required delivery is 4 ea per month ARO Order and Reparables. CLIN 0006: NSN 6610-01-412-5776LN; P/N 169949-06-01 CLIN 0006: to be repaired, modified and return as NSN 6610-01-447-0695LN P/N 169949- 06-02; NOUN: Signal Acquisition Unit; APPL: F-135 Acft; Basic Year Qty: 48 Ea; Option I Qty: 48 Ea; Option II Qty: 48 Ea; Option III Qty: 48 EA; Option IV Qty: 48. Material: Noncorrosive aluminum alloy containing various electrical components. Dimensions: 7.25"L x 7.00"H x 6.20"W Weight 12.2 lbs. Description and Function: The SAU is divided into two major sections that process and store Load/Environment Spectra Survey (L/ESS) data in the C-135. A digital section provides for OFP execution, digital data acquisition and communication, and data storage. An analog section provides for analog data acquisition and output discrete generation, and is treated as an independent section. Required delivery is 4 ea per month ARO Order and Reparables. CLIN 0007: NSN 6610-01-447-0695LN; CLIN 0007: P/N 169949-06-02; NOUN: Signal Acquisition Unit; APPL: C-135 Acft; Basic Year Qty: 48 Ea; Option I Qty: 48 Ea; Option II Qty: 48 EA; Option III Qty: 48 EA; Option IV Qty: 48. Material: Noncorrosive aluminum alloy containing various electrical components. Dimensions: 7.25"L x 7.00"H x 6.20"W Weight 12.2 lbs. Description and Function: The SAU is divided intotwo major sections that process and store Load/Environment Spectra Survey (L/ESS) data in the C-135. A digital section provides for OFP execution, digital data acquisition and communication, and data storage. An analog section provides for analog data acquisition and output discrete generation, and is treated as an independent section. Required delivery is 4 ea per month ARO Order and Reparables. CLIN 0008: NSN 6610-01-434-0289; P/N 169961-09-01; CLIN 0008: NOUN: Crash Survivable Memory Unit; APPL: F-16 Acft; Basic Year Qty: 20 Ea; Option I Qty: 20 Ea; Option II Qty: 20 Ea; Option III Qty: 20 EA; Option IV Qty: 20. Material: Armor plated, fire, heat, and shock-resistant solid-state storage device. Dimensions: 6.5"L x 3.3"H x 4.00"W Weight 5 lbs. Description and Function: The CSMU receives digital data from the SAU and stores it in a Non-Volatile Memory (NVM). The CSMU protects the data from loss during an aircraft crash and/or fire. Required delivery is 2 ea per month ARO Order and Reparables. CLIN 0009: Over and Above CLIN 0010: CLIN 0009: CLIN 0010: Data. Deliveries are TBD. Award may include Options. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources may submit a bid, proposal, or quotation which shall be considered. REPLY FAX NUMBER is (405)739-3462, ATTN: Joe G. Clay. Qualification requirements: Sources must be qualified prior to being considered for award. The solicitation will contain instructions for obtaining further information on this requirement. The requirements of FAR 9.202(A) have been completed and copies of the qualification requirements and standards may be obtained as described in the solicitation. These qualification requirements apply to line item(s) all The approximate issue/response date will be 22 Feb 2000. Written procedure will be used for this solicitation. To: Smiths Industries, Grand Rapids Mi 49512 1991. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one, or a limited number of sources under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty five-days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. 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. Information received will normally beconsidered solely for the purpose of determining whether to conduct a competitive procurement. Award will be made only if the offeror, the product/service, or the manufacturer meets qualification requirements at the time of award in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements as cited in each individual solicitation. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Specifications, plans, or drawings relating to the procurement described are incomplete or not available and cannot be furnished by the Government. Note: An Ombudsman has been appointed to hear concerns from offerors or potential Offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, butto communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. This acquisition involves technology that has a military or space application. The extent of foreign participation has not yet been determined. Nothing in this notice contradicts other restrictions, identified in the synopsis notice or solicitation, regarding eligible sources (e.g., if this is a small(C)business set(C)aside, foreign sources may not participate as potential prime contractors but could, if otherwise eligible, participate as subcontractors). See Note (s) 12, 22, 23. No URL Listed. Click Here to E-mail Buyer Posted 02/04/00 (I-SN422206). (0035)

Loren Data Corp. http://www.ld.com (SYN# 0281 20000208\66-0003.SOL)


66 - Instruments and Laboratory Equipment Index Page