|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 10,1999 PSA#240616 -- 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
|
|