Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 25, 2022 SAM #7481
SPECIAL NOTICE

U -- Mi-2 helicopter for TMP Have Chameleon 22A

Notice Date
5/23/2022 9:00:18 AM
 
Notice Type
Special Notice
 
NAICS
611512 — Flight Training
 
Contracting Office
FA9304 AFTC PZZ EDWARDS AFB CA 93524-1185 USA
 
ZIP Code
93524-1185
 
Solicitation Number
FA930422R5006
 
Response Due
6/5/2022 9:00:00 PM
 
Point of Contact
Carlos A. Barrera, Phone: 6612778438, Fax: 6612770470, Maria Estevane, Phone: 6612778447
 
E-Mail Address
carlos.barrera.8@us.af.mil, maria.estevane.1@us.af.mil
(carlos.barrera.8@us.af.mil, maria.estevane.1@us.af.mil)
 
Description
This is a notice of contract action (NOCA); this is not a solicitation for proposals. No reimbursement will be made for any costs associated with providing information in response to this NOCA or any follow-up information requests. The purpose of this NOCA is to notify industry of the USAF's intent of contract action and possibly gain knowledge of other potentially qualified sources and their size classifications (small business, large business, etc.) please do not request a copy of solicitation, as one does not exist. Notice of Contract Action: The AFTC Contracting Directorate (AFTC/PZZC), Edwards AFB intends to issue a sole source, Firm-Fixed Price Contract under Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items, FAR Part 13, Simplified Acquisition Procedures; FAR part 6.302 Circumstances Permitting Other Than Full and Open Competition to Operator Performance Laboratory (University of Iowa), 105 Jessup Hall Iowa City, IA 52242, USA. The applicable NAICS is 611512. The following is a brief description of the acquisition requirements: � Instrumented twin-engine helicopter capable of performing tactically relevant approaches and landings to prepared and unprepared (austere) landing zones � Aircraft must provide: (1) the ability to carry two instrumentation racks, externally mounted sensors, two pilots (one furnished with an HMD), and one or two FTEs in rear crew station. (2) primary flight instrumentation that is independent of the experimental installation (3) Common Aircraft Avionics System (CAAS) avionics that is capable of interfacing with various external sensors and depict appropriate flight symbologies (4) a navigation grade GPS, inertial, and air data system that is integrated with a data concentrator offering the ability to store the data for subsequent analysis (5) one or several high-ISO cameras that are mounted to the aircraft with data connections to a data concentrator (6) an onboard forward-looking imaging photometer that allows photometric characterization of the areas ahead of the aircraft (7) a biocular, fully-overlapped color-OLED HMD that is able to display flight symbology and selected sensor imagery (8) an accurate and calibrated helmet tracker system that is harmonized to the onboard lever-arms to the Inertial Navigation System� (9) onboard data gathering and recording system for flight state and audio/video� There are no solicitation documents; however, any vendors that believe they can meet the requirements described should submit a complete technical package, which provides clear and convincing evidence that they can meet the Government's requirement. In addition, the response should include verification of the Offeror's Representation and Certifications-Commercial Items in accordance to FAR 52.212-3. If the offer does not have a copy of this provision, go to http://www.sam.gov/ to load required information. Any response received without completing this registration will be considered noncompliant. Further, the response should include any special requirements for a commercial contract (i.e. Commercial Financing, Warranty Provisions, Delivery Information, etc.) in accordance with FAR part 12. All information furnished shall be in writing and must contain sufficient detail to allow the government representative to evaluate and determine if it can meet the requirement.� Responses must be received no later than 4:00 p.m. Pacific Standard Time, June 06, 2022.� Reponses should be submitted to Contracting Specialist Carlos Barrera (AFTC/PZZC), carlos.barrera.8@us.af.mil or Contracting Officer Maria Estevane, maria.estevane.1@us.af.mil.��
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b7ff73d85b30496da028f431455dddaa/view)
 
Record
SN06334745-F 20220525/220523230056 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.