SOLICITATION NOTICE
16 -- NOAA AOC, Instrumentation for Cessna Citation II
- Notice Date
- 11/10/2004
- Notice Type
- Solicitation Notice
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Central Administrative Support Center, 601 East 12th Street, Room 1756, Kansas City, MO, 64106
- ZIP Code
- 64106
- Solicitation Number
- WC133005RP1022
- Response Due
- 11/30/2004
- Archive Date
- 12/15/2004
- Small Business Set-Aside
- Total Small Business
- Description
- The National Oceanic and Atmospheric Administration?s (NOAA?s) Aircraft Operations Center (AOC) operates, maintains, and modifies a Cessna Citation II (CE-550) aircraft, FAA Registration number N52RF, serial number 550-0021, unit number 11. The aircraft is based at MacDill AFB, Florida, but operates throughout the United States and its territories. The aircraft is used primarily for instrumentation research and development and to obtain precision aerial photography in support of NOAA. Two aerial survey ports have been incorporated under Butler/Avcon STC SA2040CE. The aircraft is also under the overweight STC. The airframe has approximately 7800 hours/5900 cycles since new and averages 350 to 400 hours a year under Part 91. The referenced solicitation is for supply and installation of the following: 1) Complete FAA certified STC?d Reduced Vertical Separation System; 2) two Nav/Comm radios with standby selector as well as Localizer and Glidescope receivers, a multifunction GPS/COMM/NAV unit may be substituted; 3) Enhanced Ground Proximity Warning System meeting Class A TAWS specifications listed in TSO-C151a; 4) BF Goodrich Skywatch Traffic Advisory System which must integrate with the Multifuntion Display and other displays (GPS); 5) a Multi-function Display which will replace the existing Bendix King Weather radar display. This MFD shall allow overlay of Bendix RS-181A radar imagery, standard traffic advisory symbols and EGPWS information while also providing a moving map display; 6) dual transponder system capable of providing modes A & S. A dual system incorporating a single selector unit is preferred. The contractor shall make all modifications and installations fully functional. The contractor shall be responsible for obtaining all necessary FAA certifications, FAA documentation, and log book entries. The contractor shall carry aircraft hull insurance. The solicitation will be a best value commercial item acquisition conducted under Federal Acquisition Regulation (FAR) Part 12. Contractors must submit a proposed time line or schedule for completion with their proposal. The solicitation is set aside for small businesses only. Small Business Administration size standard is 1,500 employees. NAICS code is 336411. The best value commercial item solicitation will be issued on or about Nov. 30, 2004. Interested sources may request to be placed on the mailing list by providing a written request which may be faxed or e-mailed to Attn: Ron Anielak. Requests must include company name, address, phone number and fax number. All responsible sources may submit a proposal which shall be considered by the agency.
- Place of Performance
- Address: Contractors facility
- Country: USA
- Country: USA
- Record
- SN00706794-W 20041112/041110211732 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |