Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 13,2000 PSA#2555

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

16 -- REPAIR OF VARIOUS AIRCRAFT INSTRUMENTS APPL TO THE B-1B. QUALIFICATION REQUIREMENTS APPLY.B SOL F34601-00-R-43540 DUE 032900 POC Joe Clay, Contracting Officer, Phone 405-739-4212, Fax 405-739-3462, Email joe.clay@tinker.af.mil -- Jim McNeill, Contracting Officer, Phone 405-739-4408, Fax 405-739-3462, Email 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 3540&LocID=902. E-MAIL: Joe Clay, joe.clay@tinker.af.mil. Presolicitation Notice Date Submitted: 08-MAR-2000 OC-ALC/LIDIA DIR CONTRACTING/COMMODITIES 3001 STAFF DR STE 1AE1/98C TINKER AIR FORCE BASE OK 73145-3028 J -- VARIOUS ACCELEROMETERS APPL B1B ACT SOL F34601-00-43540 DUE 042800 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 in the following. A Firm Fixed Price Requirements type contract is contemplated for One Year. The Items and Estimated Quantities are as follows: CLIN 0001: NSN 6615-01-185-2973; P/N 5630-20; NOUN: Pitch Accelerometer; APPL: B-1B; Qty: 16 Ea. Material: Electronic components within an aluminum case. Dimensions: 3.625" L X 3.16" H X 3.5" W Weighs 23 oz. Description and Function: The accelerometer assembly is used to detect acceleration perpendicular to the direction of flight of the aircraft. CLIN 0002: NSN 6615-01-185-2974; P/N 5630-22; NOUN: Pitch Rate Accelerometer; APPL: B-1B; Qty: 24 Ea. Material: Electronic components within an aluminum case. Dimensions: 2.75" L X 3.25" H X 3.5" W Weighs 46 oz. Description and Function: The sensor assembly provides two electrically independent channels for sensing pitch. CLIN 0003: NSN 6615-01-185-2975; P/N 5630-23; NOUN: YAW SCAS Sensor Assembly; APPL: B-1B; Qty: 36 Ea. Material: Electronic components housed in an aluminum case. Dimensions: 4.88" L X 2.75" H X 4.63" W Weighs 70 oz. Description and Function: The sensor assembly is used to detect both angular displacement (YAW) and linear acceleration paralled to the direction of flight of the aircraft. CLIN 0004: NSN 6615-01-185-4182; P/N 5630-25; NOUN: MTF Feedback Accelerometer Assembly; APPL: B-1B; Qty: 6 Ea. Material: Electronic components in an aluminum case. Dimensions: 3.16" L X 3.61" H X 5.25" W Weighs 40 oz. Description and Function: This accelerometer Assy consist of 3 ea accelerometers and three 6 pin connectors mounted on a common base assembly. The accelerometer assy provides three identicaal electrically independent channels each consiting of an accelerometer and an electrical connector. This item is used in the B1 AFCS to detect acceleration perpendicular to the direction of flight. CLIN 0005: NSN 6615-01-189- 5826; P/N 5630-21; NOUN: Roll Rate Sensor Assembly; APPL: B-1B; Qty: 24 Ea. Material: Electronic components within an aluminal case. Dimensions: 2.75" L X 3.25" H X 3.5" W Weights 46 oz. Description and Function: The sensor assembly provides two electrically independant channels for sensing roll on the aircraft. CLIN 0006: NSN 6615-01-190-3635; P/N 5630-24; NOUN: Structural Mode Control Vane Accelerometer Assembly; APPL: B-1B; Qty 8 Ea. Material: Electrical Components in an aluminal case. Dimensions: 3.78" L X 2.02" H X 3.78" W Weighs 1 lbs. Description and Function: The purpose of the accelerometer assy is to provide DC output voltage proportional to applied aaccelerometer acceleration on each two sensing channels. CLIN 0007: Over and Above and CLIN 0008: Data In Accordance with CDRLs. Deliveries are to Tinker AFB OK. 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: LIDIA-JOE 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 ITEMS The approximate issue/response date will be 29 MAR 2000. Written procedure will be used for this solicitation. To: Boeing North American Inc, Long Beach Ca 90807-5309. 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. 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 be considered 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, but to 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). Posted 03/09/00 (I-SN432711). (0069)

Loren Data Corp. http://www.ld.com (SYN# 0157 20000313\16-0006.SOL)


16 - Aircraft Components and Accessories Index Page