Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 10,1999 PSA#2406

16 -- RAYTHEON BEACHCRAFT KING AIR TWIN TURBO-PROP FLIGHT SIMULATOR This 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. Proposals are being requrested and a written solicitation will not be issued. Solicitation number RFP 49-99-11 applies. This solicitation document and incorported provisions and clauses are those in effect through Federal Acquisition Circular 97-10. The standard industrial classification is 3728 and the business size standard is 1,000 employees. This requirement is for a firm fixed price contract for 1 each Raytheon Beechcraft King Air Turbo-Prop Flight Simulator. Flight instruments required are pilot side ADI and HSI, airspeed, Altimeter, vertical speed, turn coordinator, magnetic compass, and digital clock. Co-pilot shall have the same as above with the exception of a shared magnetic compass. The Simulator shall have dual flight controls and electro mechanical control loading. It shall come equipped with a Navigational Data Base. Avionics shall be King Gold or Silver Crown package to include KLN90B GPS with MD41 remote switch. Engine controls shall be centrally located and shaped to standard configuration. Electrical System, Circuit Breakers, Fuel system, Landing Gear and Ground Control shall replicate actual aircraft model. The Simulator must be equipped with a trim system to include both electrical and manual operation. It shall have a sound system to include type specific engine, touchdown, gear up/down, flap operation, stall and gear warning horns. Visual systems must be a minimum two panel forward vision to include state of the art digital color schemes including day, night, and dual visibility. System must be capable of being upgraded to include circle to land approaches and mission training. Simulator upgrades shall include instructor station enclosure, fully coupled auto pilot, flight director, HSI, GPS and RMI (2 needle). It must have a image generator anda minimum of two 35 degrees monitors. It shall also include a custom/library data base. It must be FAA qualifiable level 3 thru 6 Beechcraft King Air Turbo Prop PT-6. The following provisions shall apply to this acquisition: Clause 52.212-1, Instruction to Offerors, Commercial items; Clause 52.212-3, Offeror Representations and Certifications-Commercial items; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.121-5, Contract Terms and Conditions required to implement statutes or Executive Orders-Commercial Items. The Contractor shall extend to the Government the full coverage of any commercial warranty, provided such warranty is available at no additional cost. Proposals submitted will be evaluated in accordance with FAR 52.212-2, Evaluation-Commercial Items. The Government intends to award to the responsible offeror whose proposal presents the best value considering technical specification compliance of the product offered, past performance and experience with similar type products and price. The offeror shall submit, as part of its proposal, information on previously performed contracts or on-going contracts that are similiar to the statement of work in the solicitation performed for Federal, State or local Governments, and for Commercial firms. Information shall be provided on either 1). all such contracts within the past three years, or 2). the last three such contracts performed, whichever is fewer, and shall be limited to the name and address of the organizaiton for which the product was supplied and services were performed and the number (phone, fax or Internet) of at least two contracts for each contract listed. The offeror should not describe past performance history in the proposal. The information may include, however, discussion of any major problems encountered on the contracts listed and the corrective actions taken to resolve them. Price: the offeror shall submit, at a minimum, information on prices at which the same item or similar items have previously been sold in the commercial market that is adequate for evaluating the reasonableness of the price for this acquisition. Such information may include: (a) For catalog items, copy of or identification of the catalog and its date, or the appropriate pages for the offered items, or a statement that the catalog is on file in the buying office to which the proposal is being submitted. Provide a copy or describe current discount policies and price lists (published or unpublished), e.g., wholesale, original equipment manufacturer, or reseller. Sources demonstrating the capability of furnishing the above Simulators shall supply pertinent information to perform a complete and proper evaluation. Each offer must clearly indicate the capability of the offer to meet all specifications and requirements. Year 2000 compliance. All information technology provided under, or in support of, this contract by the contractor and all subcontractors shall be year 2000 compliant. Proposals and the above required information must be submitted by Close of Business on September 2, 1999. Proposals will be mailed to the USDA Forest Service, Contracting Dept., National Interagency Fire Center, 3833 S. Development Ave., Boise, ID 83705-5354. Individual to contact for additional information is Richard Willis, Contracting Officer, 208/387-5669. E-MAIL: Richard M. Willis, Contracting Officer, rwillis/wo_nifc@fs.fed.us. Posted 08/06/99 (W-SN364905).

Loren Data Corp. http://www.ld.com (SYN# 0671 19990810\SP-0003.MSC)


SP - Special Notices Index Page