Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 6,1999 PSA#2318

NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BH

15 -- THRUST REVERSER ADAPTER DUCT ASSEMBLIES SOL 9-BH4-54-9-05P POC Alice J. Pursell, Contracting Officer, Phone (281) 244-9922, Fax (281) 244-9907, Email alice.j.pursell1@jsc.nasa.gov -- Nancy A. Robb, Contract Specialist, Phone (281) 244-9923, Fax (281) 244-9907, Email nancy.s.robb1@jsc.nasa.gov WEB: Click here for the latest information about this notice, http://nais.nasa.gov/EPS/JSC/date.html#9-BH4-54-9-05P. E-MAIL: Alice J. Pursell, alice.j.pursell1@jsc.nasa.gov. NASA/JSC plans to issue a Request for Proposal (RFP) for for fabrication of THRUST REVERSER ADAPTER DUCT ASSEMBLIES for the Shuttle Training Aircraft (STA). These duct assemblies connect the thrust reverser/tailpipe to the engine. ITEM DESCRIPTION: Part Number C21B1600RW-5, DUCT ASSEMBLY, THRUST REVERSER ADAPTER, Left Hand. Part Number C21B1600RW-7, DUCT ASSEMBLY, THRUST REVERSER ADAPTER, Right Hand. The DUCT ASSEMBLY is a weldment. Overall dimensions are 27.20 I.D. X 12.50 long. It consists of stainless steel sheetmetal, rolled, and welded. There are two circumferential angle flanges made from formed stainless steel sheetmetal welded to the outside circumference. There is a machined flange made from 1.5 X 1.5 X 90.0 rolled and welded stainless steel bar at the forward end of the DUCT ASSEMBLY. There is a machined flange made from a 29.23 O.D. X 26.50 I.D. X 1.62 long stainless steel ring forging at the aft end of the DUCT ASSEMBLY. All sheetmetal parts are 0.063 321 stainless steel per MIL-S-6721. Themachined rings are made from 321 stainless steel per QQ-S-763. Drawings will be available with release of the RFP. Tooling, (welding and assembly fixtures) may be required to manufacture these items. If tooling is required, it will be included in the basic contract price. Tooling shall be delivered at the end of the contract. Two DUCT ASSEMBLIES (one left and one right) will constitute one shipset. There will be a basic contract for one shipset with options for four (4) or eight (8) additional shipsets. The first shipset shall be required 14 weeks after contract award. If an option is exercised, delivery of the shipsets shall be required 14 weeks after the option exercise date. The offeror s past performance in fabricating similar components is critical. The Government intends to acquire a commercial item using FAR Part 12. The SIC Code and Size Standard are 3728 and 1,000 employees, respectively. The DPAS Rating for this procurement is DO-C9. The provisions and clauses in the RFP will be those in effect through FAC 97-11. All qualified responsible sources may submit an offer which shall be considered by the agency. The anticipated release date of the RFP is on or about April 30, 1999 with a due date of on or about June 1, 1999. An ombudsman has been appointed -- See Internet Note "B". The solicitation and any documents related to this procurement will be available over the Internet. These documents will be in Microsoft Office Suite (Word 6.0, Excel 5.0, PowerPoint 4.0) format and will reside on a World Wide Web (WWW) server, which may be accessed using a WWW browser application. The WWW address, or URL of the NASA/JSC Business Opportunities home page is http://procurement.nasa.gov/EPS/JSC/class.html. Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor this site and/or the CBD for the release of the solicitation and amendments (if any). Potential offerors will be responsible for downloading their own copy of the solicitation and amendments (if any). Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html. Posted 04/02/99 (D-SN315870). (0092)

Loren Data Corp. http://www.ld.com (SYN# 0115 19990406\15-0007.SOL)


15 - Aircraft and Airframe Structural Components Index Page