Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2012 FBO #3914
SOLICITATION NOTICE

66 -- FLIGHT SIMULATOR

Notice Date
8/10/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333319 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC12445841Q
 
Response Due
8/24/2012
 
Archive Date
8/10/2013
 
Point of Contact
Sandra A Brickner, Contract Specialist, Phone 216-433-6093, Fax 216-433-2480, Email sandra.a.brickner@nasa.gov
 
E-Mail Address
Sandra A Brickner
(sandra.a.brickner@nasa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
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; offers are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Quotations (RFQ) for a Flight Simulator, Qty 1, in accordance with the following specifications: The flight simulator shall be a self-contained full system that includes: Fixed-base two-seat (pilot and co-pilot) enclosed cockpit upgradable to include a motion base that requires only a standard electrical connection Dual-linked flight controls Two adjustable seats All electric cockpit requiring only a standard electrical connection A cockpit with a footprint of no more than 10 x 10 A package height not to exceed 83 inches for room access A cockpit weight not to exceed 700 lbs Upgradable to include a motion base system able to support up to 1200 lbs Two (pilot and co-pilot) full-size realistic Instrument Displays including at minimum: - Attitude indicator (Artificial horizon) - Airspeed indicator - Vertical speed indicator - Turn coordinator - Heading indicator - Altimeter Cockpit representative of that of a modern jet aircraft, ranging in size from, at a minimum, a corporate jet such as a Cessna 501, to a large commercial aircraft such as a Boeing 737, with standard switches including but not limited to battery and generator switches, and anti-ice switches Boeing yoke Overhead Panel w/ Map Lights, Speakers, and at least six prewired toggle switches for custom applications Panoramic out-of-the-cockpit window view of at least 225 degrees with Energy Star compliant or equivalent HD display system Interchangeable throttle quadrant configurable for two or four throttles Throttle quadrant includes at a minimum Speed brake lever, reversers, flaps lever Integrated Energy Star compliant or equivalent computer system for real-time simulation and graphics rendering X-Plane Professional software 9 or later Ability to interface with external aircraft and engine simulations Ability to use non-proprietary interfaces between cockpit and external simulations Worldwide Visual Database Updateable Worldwide Navigational Database Center Flight Console w/ Rudder/Aileron/Elevator Trim Controls Manual/Electric Elevator Trim GPS capability such as Garmin 430 Flight models including wind and turbulence Graphics modes including fog, daytime, and nighttime Integrated audio system Service access panels in cockpit Backlit avionics and panels The provisions and clauses in the RFQ are those in effect through FAC 2005-60. This procurement is a total small business set-aside. The NAICS Code and the small business size standard for this procurement are 333319/500 respectively. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. Delivery to NASA Glenn Research Center, 21000 Brookpark Road, Cleveland, Ohio 44135 is required within 12 weeks ARO. Offers for the items(s) described above are due by 4:30 p.m.EST, August 24, 2012 to NASA Glenn Research Center, 21000 Brookpark Road, Attn: Sandra Brickner, MS: 60-1, Cleveland, OH 44135 or email: Sandra.a.brickner@nasa.gov or fax 216-433-2480 and must include, solicitation number, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml Offerors shall provide the information required by FAR 52.212-1 (FEB 2012), Instructions to Offerors-Commercial Items, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled 'Buy American Act -- Supplies,' the offeror shall so state and shall list the country of origin. FAR 52.212-4 (FEB 2012), Contract Terms and Conditions-Commercial Items is applicable. Addenda to FAR 52.212-4 are as follows: 1852.209-73, 1852.215-84 Ombudsman. (NOV 2011), 1852.223-72 Safety and Health (Short Form). (APR 2002), 1852.225-70 Export Licenses. (FEB 2000), 1852.237-73 Release of Sensitive Information. (JUN 2005) FAR 52.212-5 (MAR 2012), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.204-10 Reporting Executive Compensation and First-Subcontractor Awards (JUL 2012) (Pub. L. 109-282)(31 U.S.C. 6101 note), 52.209-6 Protecting the Governments Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment (DEC 2010) (31 U.S.C. 6101 note). 52.209-10 Prohibition of Contracting with Inverted Domestic Corporatons, (MAY 2012), 52.219-6 Notice of Total Small Business Set-Aside (NOV 2011), 52.219-28 Post Award Small Business Program Rerepresentation (APR 2012) (15 U.S.C. 632(a)(2)), 52.222-3 Convict Labor (JUN 2003), 52.222-19, Child Labor--Cooperation with Authorities and Remedies (MAR 2012), 52.222-21 Prohibition of Segregated Facilities (FEB 1999), 52.222-26 Equal Opportunity (MAR 2007)(E.O. 11246), 52.222-35 Equal Opportunity Veterans SEPT 2010), 52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010) (29 U.S.C. 793), 52.222-37 Employment Reports on Veterans (SEPT 2010), 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)), 52.223-15 Energy Efficiency in Energy-Consuming Products Dec 2007) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011)(E.O 13513), 52.225-1, Buy American Act - Supplies (FEB 2009) (41 U.S.C. 10a-10d), 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury), 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (OCT 2003) The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm All contractual and technical questions must be in writing (e-mail or fax) to Sandra A. Brickner not later than August 21, 2012. Telephone questions will not be accepted. Selection and award will be made to that offeror whose offer will be most advantageous to the Government, with consideration given to the factors of proposed technical merit, price, and past performance. Other critical requirements such as Delivery, shall also be considered. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). Offerors must include completed copies of the provision at 52.212-3 (FEB 2012), Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://rcb.cancer.gov/rcb-internet/SAP/52-212-3plusadd.pdf. These representations and certifications will be incorporated by reference in any resultant contract. NASA Clause 1852.215-84 (NOV 2011), Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html. Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22. Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNC12445841Q/listing.html)
 
Record
SN02835883-W 20120812/120811001237-99815e3933e351a1713f396fe421c59b (fbodaily.com)
 
Source
FedBizOpps 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.