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