Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 9,2000 PSA#2618

NASA/Dryden Flight Research Center, Code A, P.O. Box 273, Edwards, CA 93523-0273

16 -- SMOKEWINDER SYSTEM TO CREATE FLOW VISUALIZATION OF THE WING TIP VORTEX ON AN F-18 OR F-16. SOL RFQ-P0RAOO198-MLV DUE 062000 POC Michelle L. Vial, Contract Specialist, Phone (661) 276-3513, Fax (661) 276-2904, Email michelle.vial@mail.dfrc.nasa.gov -- Robert Medina, Small Business Specialist, Phone (661) 276-3343, Fax (661) 276-2904, Email robert.medina@mail.dfrc.nasa.gov WEB: Click here for the latest information about this notice, http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=24#RFQ-P0RAO O198-MLV. E-MAIL: Michelle L. Vial, michelle.vial@mail.dfrc.nasa.gov. This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. This procurement is being conducted under the Simplified Acquisition Procedures (SAP). NASA DFRC anticipates to acquire the following brand name or equal: Model No. 9000-5 (Sanders Aircraft Technologies): Smokewinder, left wing tip (1 each); Model No. 9000-6 (Sanders Aircraft Technologies): Smokewinder, right wing tip (1 each). The salient characteristics for the above system are as follows: must be wing tip mounted; provide smoke from ground altitudes to 20,000 feet, from 150 knots to 300 knots; provide more than five (5) minutes of smoke; use 28-volt DC and/or 115-volt AC; must be adaptable to F-18 Sidewinder wiring; must not significantly alter wing tip flowfield; must have mass characteristics similar to sidewinder missle (wt = 200 lbs, inertia = 50 slug-ft2); must be able to cycle smoke on and off; and be able to pass F-18 environmental test standards for vibration, temperature, and altitude. If quoting an equal product, the quoter shall provide, with their quote, specifications of their equal product. The provisions and clauses in the RFQ are those in effect through FAC 97-17. The SIC code and the small business size standard for this procurement are 3812 and 750 employees, respectively. The quoter shall state in their quotation their size status for this procurement. All qualified responsible business sources may submit a quotation which shall be considered by the agency. Delivery to NASA DFRC is required within 45-60 days ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Quotations for the items(s) described above are due by June 20, 2000 -- 3:00pm PST, and may be mailed or faxed to NASA Dryden Flight Research Center, Attn: M/S 1422 -- Michelle Vial, PO Box 273, Edwards, CA 93523-0273 or NASA Dryden Flight Research Center, Attn: Michelle Vial, Building 4876 -- Warehouse No. 6, Edwards, CA 93524; fax number is (661) 276-2904, and include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), CAGE Code number, taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Quoters are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://procure.arc.nasa.gov/Acq/Forms/Index.html to submit a quotation. Quoters shall provide the information required by FAR 52.212-1. If the end product(s) quoted is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the quoter shall so state and shall list the country of origin. The Representations and Certifications required by FAR 52.2l2-3 may be obtained via the internet at URL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/sats/ FAR 52.212-4 is applicable. FAR 52.212-5 is applicable and the following identified clauses are incorporated by reference: FAR 52.211-6, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, and 52.225-1. The FAR may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm Selection and award will be made to the lowest priced, technically acceptable quoter. Technical acceptability will be determined by information submitted by the quoter providing a description in sufficient detail to show that the product quoted meets the Government's requirement. Quoters must provide copies of the provision at 52.212-3, Offeror Representation and Certifications -- Commercial Items with their quote. See above for where to obtain copies of the form via the Internet. An ombudsman has been appointed -- See Internet Note "B". It is the quoter's responsibility to monitor the following Internet site for the release of amendments (if any): http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=C&pin=24 Potential quoters will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). See Note(s) B. Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html Posted 06/07/00 (D-SN462580). (0159)

Loren Data Corp. http://www.ld.com (SYN# 0186 20000609\16-0001.SOL)


16 - Aircraft Components and Accessories Index Page