Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2005 FBO #1328
SOLICITATION NOTICE

49 -- Multi Instrument Test Set

Notice Date
7/14/2005
 
Notice Type
Solicitation Notice
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
USPFO for Mississippi, 144 Military Drive, Jackson, MS 39208-8860
 
ZIP Code
39208-8860
 
Solicitation Number
W9127Q-05-T-0040
 
Response Due
7/28/2005
 
Archive Date
9/26/2005
 
Small Business Set-Aside
Total Small Business
 
Description
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; proposals are being requested and a written solicitation will not be issued. Solicitation number W9127Q-05-T-0040 is issued as a Request for Quote. The solicitation and incorporated provisions and clauses are in effect through Federal Acquisition Circular 01-24. This solicitation is set aside 100% for small business. NAICS for determination of size status is 334511, Small Business Standard is 750 employees. This solicitation is for Brand Name or Equal. CLIN 0001, Multi Instrument Test Set, Aeronautical Instrumen t & Radio Part No. MIT-234C or equal. Unit must be a cost effective indicator test set providing capabilities for testing an extensive line of Avionics Indicators. Instruments requiring the testing of Resolvers, Synchros, Galvanometric Movements and Light ing Circuits can be fully tested for operational performance in the airborne electrical environment. Unit must have digital capabilities for hybrid instructments designed for operation in combined Analogue and Digital environments. Digital signals complyin g with ARINC characteristics 568, 582 and 429 are required to be supplied for testing. No less than eight Synchro Signals are required to provide for ability to simultaneously drive eight Syncho Indicator Busses with either fixed Synchro Angles or Variable Synchro Angles when selected by pushbutton switches. No less than three Resolver signals are to be provided on three resolver busses for indicator resolver testing with either Sine or Square Wave carrier simulations. Circuit breakers must be supplied to protect a 115 VAC Inputs (2 each)., No less than 110 test points to access all pins of the output connectors to permit viewing signal and power flows between the test set and the Indicator Under Test (UUT). The unit must have a digital multimeter and angle position indicator built into the test equipment. All offerors must provide literature along with their proposal in order to determine if items quoted meet the needs of the Government. The following clauses apply. FAR 52.212-1, Instructions to Offerors; FAR 52.212-2, Evaluation of Offers, FAR 52-212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, the following provisions apply, 52.219-6, Total Small Busin ess Set Aside, 52.222-3, Convict Labor, 52.222-19, Child Labor, 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 Acti on for Workers with Disabilities of the Vietnam Era, 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, 52.232-33, Payment by Electronic Funds Transfer  Central Contractor Registration, 52.232-36, Payment by Third Party; 52.219-14, Limitation on Subcontracting. Additional applicable FAR Clauses are FAR 52.247-34 FOB Destination. Offers must include a completed copy of FAR 52.212-3, Offeror Representations and Certifications Commercial Items. APPLICABLE DFARS CLAUSES are 2 52.204-7004, Required Central Contractor Registration, 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to the Defense Acquisition of Commercial Items; the following provisions apply 252.225-7001 Buy American Act and Balance of Payments Program and 252.225-7012, Preference for Certain Domestic Commodities. Full text of these provisions may be accessed on-line at http://www.arnet.gov . This announcement is the solicitation. Evaluation criteria will be based on technical capability of the items offered to meet the Government requirements and price. Due to the urgent need of this requirement, the proposal i s due no later than 12:00 P.M. July 28, 2005, to USPFO-MS-PC, Attn: Gloria Jones, 144 Military Drive, Jackson, MS 39232-8860. All prices quoted must be FOB Destination, 1108th AVCRAD, Attn SSG Wayne Chalmers, Hangar #1 Hewes Ave., Gulfport, MS 39505-33 49. Proposal must advise what the delivery schedule would be. Proposals may be emailed to gloria.jones5@ms.ngb.army.mil or faxed to 601-313-1569 (email is the preferable method). CCR is a mandatory requirement for all DoD Government contracts. You must be registered in order to be eligible for award of a contract. To register on line go to http://www.ccr.gov/. The Contracting Offices web site is located at http://www.ngms.state.ms.us/uspfo/.
 
Place of Performance
Address: USPFO for Mississippi 144 Military Drive, Jackson MS
Zip Code: 39208-8860
Country: US
 
Record
SN00847411-W 20050716/050714212356 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.