Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 11,2000 PSA#2598

Department of the Air Force, Air Force Space Command, 30CONS, Bldg 7015, STE 2D, 806 13th Street, Vandenberg AFB, CA, 93437-5226

H -- OPERATIONAL EVALUATION AND WRITTEN REPORT OF VAFB AIRFIELD APPROACH LIGHTING SYSTEM SOL 00T0684 DUE 052400 POC Rich Otton, Contract Specialist, Phone 805.606.2169, Fax 805.606.4863, Email richard.otton@vandenberg.af.mil -- Debbie Spangler, Contracting Officer, Phone Comm: 805.605.8718, Fax 805-922-1703, Email WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=00T0684&LocID =528. E-MAIL: Rich Otton, richard.otton@vandenberg.af.mil. The 30th Space Wing, Vandenberg AFB, is soliciting offers to provide an operational evaluation and written report of the VAFB Airfield Approach Lighting System. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. The solicitation number is F04684-00-T0684 and will be issued as a request for quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-16. The SIC code is 9999 and the size standard is $5,000,000. This acquisition is a 100% small business set-aside. The Contractor is to provide all labor, tools, parts, materials, transportation, facilities and supervision necessary to accomplish the following task: Contractor will provide an operational evaluation and written report of the VAFB Airfield Lighting System, specifically the sequence flashing system. Work shall be limited to the sequence flashing system only. Description of the system is as follows: The sequence flashing system is a Godrey Lighting Controller, manufactured by the Honeywell Corporation. The system consists of two(2) master control cabinets, forty-two(42) individual control cabinets with flash-head assemblies and associated control cables. Each master control system controls one end of the runway. A computer, located in the airfield vault, controls the sequence flashing system through two interface control nodes that connect the computer to the two(2) master control cabinets. The runway is approximately 15,000' long. The evaluation shall consist of the following: 1) Each master control cabinet shall be tested for proper operation. Verify Inputs and Outputs of each master control cabinet. 2) Each Individual Control Cabinet with flash head assembly shall be tested for proper operation. Verify Inputs andOutputs of each individual control cabinet. 3) The contractor shall test and verify all control cables from both control nodes located in the airfield vault to each master control cabinet. Master Control Cabinets are located in two below ground vaults. 4) The contractor shall test and verify all control cables from master control cabinets to each individual control cabinet and flash-head assembly. 5) The contractor shall provide a written report identifying all discrepancies found during evaluation. Any cable replacement recommendations, printed circuit board replacements/repairs, or any other items identified for repair or replacement shall be identified by means of a diagram. In the interest of money, diagrams can be hand-drawn, however, they must be detailed enough to show precise locations of the deficient items. 6) The contractor shall provide a rough estimate of materials required to completely repair the sequence flashing system. Repairs must thoroughly re-establish this system in accordance with AF Regulation 88-14, Visual Air Navigation Facilities, US Department of Transportation Federal Aviation Administration Standards, Specifications, and Drawings FAA-E2628B Advisory Circular dated 8/26/82, AC No. 150/5340-26 and any other FAA rules and regulations. 7) The contractor shall provide, as a separate line item, all labor costs required to make the repairs as indicated in the estimate of materials. 8) The contractor must be an authorized and certified repair company approved to evaluate and make repairs to the Sequence Flashing System. Further, the contractor shall be certified to evaluate and repair the Godrey Sequence Flashing System manufactured by the Honeywell Corporation. Appropriate and applicable FAA certifications shall be required. Please include product literature for each item needed to be repaired. In your quote, please indicate the length of time to evaluate the runway. The provisions at FAR 52.212-1, "Instructions to Offerors-Commercial" apply to this acquisition. The provisions at FAR 52.212-2, "Evaluation-Commercial Items" apply to this acquisition. This item being procured and will be awarded using simplified acquisition procedures in accordance with FAR 13.0. Offerors must submit a completed copy of the provision at FAR 52.212-3, "Offeror Representations and Certifications-Commercial Items." The clause at FAR 52.212-4, "Contract Terms and Conditions-Commercial Items" applies to this acquisition. DFARS clauses are incorporated in this solicitation with the same force and effect as if they were given in full text. The DFARS clause 252.212-7000, "Offeror Representations and Certifications -- Commercial Items" applies to this acquisition. The clause at FAR 52.212-5, "Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items" and DFARS 252.212-7001, "Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items" applies to this acquisition along with the following additional clauses: 52.203-6, "Restrictions on Subcontractor Sales to the Government" 52.222-21, "Prohibition of Segregated Facilities" 52.222-26, "Equal Opportunity" 52.222-35, "Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era" 52.222-36, "Affirmative Action for Workers with Disabilities" 52.222-37, "Employment Reports on Disabled Veterans and Veterans of the Vietnam Era" 52.225-3, "Buy American Act -- Supplies" 52.225-9, "Buy American Act -- Trade Agreements -- Balance of Payments Program" 52.225-18, "European Union Sanction for End Products" 52.225-21, "Buy American Act -- North American Free Trade Agreement Implementation Act -- Balance of Payments Program Certificate" 52.232-33, "[Payment by] Electronic Funds Transfer [ -- Central Contractor Registration]" 252.225-7001, Buy American Act and Balance of Payment Program, 252.225.7036, Buy American Act -- North American Free Trade Agreement Implementation Act -- Balance of Payment Program. Offerors must be CCR certified in order to receive award of this purchase order. Offers must be submitted in written responses mailed or faxed and received no later than 4:00 p.m. on 24 May 00; to the attention of Lt. Rich Otton, 30 CONS/LGCC, Bldg 7015, Section 2, Vandenberg AFB, CA. 93437-5226. Oral responses are not acceptable. Any questions or comments may be addressed to me at (805) 606-2169 or faxed to (805) 606-4071. Please fax all questions no later than 4:00 p.m. on 23 May 00. Quote validity is for 60 days from the date of the quote. Please include the solicitation number on all correspondence dealing with this acquisition. Posted 05/09/00 (D-SN452987). (0130)

Loren Data Corp. http://www.ld.com (SYN# 0035 20000511\H-0001.SOL)


H - Quality Control, Testing and Inspection Services Index Page