Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 21, 2002 FBO #0262
SOLICITATION NOTICE

K -- LTS101-750B-2 Engine Test Cell Upgrade

Notice Date
8/19/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Transportation, United States Coast Guard (USCG), Commanding Officer, USCG Aircraft Repair & Supply Center, HU25, HH65, H60J, C130 or Support Procurement Building 79, 75, 79, 78, or 63, Elizabeth City, NC, 27909-5001
 
ZIP Code
27909-5001
 
Solicitation Number
DTCG38-02-Q-S90002
 
Response Due
9/17/2002
 
Point of Contact
Peter Thomas, Support Contract Specialist, Phone 252-335-6643, Fax 252-335-6840, - Gus Holzmiller, Support Contracting Officer, Phone 252-335-6436, Fax 252-335-6840,
 
E-Mail Address
pthomas@arsc.uscg.mil, gholzmiller@arsc.uscg.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, and 13.5 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number DTCG38-02-Q-S90002 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-08. The contract type is a firm fixed price and it is an unrestricted acquisition. Simplified Acquisition Procedures will be utilized. The applicable NAICS number is 334513. The Government will provide access to the facility for a site survey prior to offer submittal. Potential offerors should contact Mr. William Kissenger at: (252) 335-6066 to arrange a site visit. For contractual issues contact Mr. Peter Thomas, Contract Specialist, (252) 335-6643. Closing date/time for submission of quotations is 17 September 2002 at 3:00 P.M. local time. Please submit your offer to the USCG/ARSC, Procurement Support Services, Attn: Mr. Peter Thomas, Building 63, Elizabeth City, NC 27909-5001. The U.S. Coast Guard Aircraft Repair & Supply Center, Elizabeth City, NC, intends to competitively procure hardware and services to upgrade an existing LTS101-750B-2 Engine Test Cell. The contractor shall provide and install automatic data acquisition system to upgrade an existing LTS101-750B-2 Engine Test Cell located at the US Coast Guard Aircraft Repair and Supply Center, Elizabeth City, NC, that will include labor, materials, software, hardware, engineering and design configurations, modifications, documentation, operating manuals, training and system testing/calibrations IAW the STATEMENT OF WORK: FOR A COMMERCIAL OFF-THE-SHELF (COTS) LTS101-750B-2 ENGINE AUTOMATED DATA ACQUISTON SYSTEM (ADAS) DESCRIPTION OF REQUIREMENT: The U. S. Coast Guard, Aircraft Repair and Supply Center (ARSC) is seeking to procure a Commercial Off-The-Shelf (COTS) Automated Data Acquisition System (ADAS) capable of collecting engine test cell data for the LTS101-750B-2 gas turbine engine. The LTS101-750B-2 engine is a flight critical item and is currently being tested on a 20 year-old test data collection system that is antiquated and unsupportable. General Description: The ADAS will perform all required data acquisition and performance calculations defined in the LTS101-750B-2 Original Engineering Manufacture Testing Instruction (OEM-TI) 8124 latest revision. The basic system will consist of necessary hardware and software to acquire raw analog engine data, perform signal conditioning and time averaging, perform specific engine performance calculations, and output the data results to a video display, printer, and magnetic media. It shall also have capability to perform diagnostics/troubleshooting on the engine under test and determine engine stability to enable the system to automatically record data at engine stabilization. The ADAS will display all pertinent parameters for the engine under test, their target values, and operator instructions in accordance with the OEM-TI 8124. This system shall be self-calibrating. System Support: The ADAS shall consist of Commercial Off-the-shelf (COTS) and Non-Development Item (NDI) hardware and software to the maximum extent possible. The system shall implement open system architecture in both hardware and software to the greatest extent possible in order to improve the life-cycle supportability of the system. Supply: A recommended spare parts list for the ADAS shall be required for the appropriate replaceable assemblies and components, and for maintenance significant consumables. The contractor shall ensure that spare/repair parts to support the ADAS and any Support Equipment are identified and selected. Spare/Repair parts are those items identified as repairable in the Government approved Provisioning Parts List. The Government reserves the right to procure repairable and/or replacement parts directly from the contractor or any other commercial entity that it so desires. Packaging of items shall be in accordance with best commercial practices. The contractor shall provide Provisioning Technical Documentation (PTD) to support supply efforts. It shall include but is not limited to Long Lead Items List, Provisioning Parts List Index; Provisioning Parts List; Warranty Provisions; and Spares Acquisition. Operation and Maintenance Publication: The ADAS shall be supplied with a commercial field level operation and intermediate maintenance manual including, Theory of Operation, Preventative and Corrective Maintenance Procedures, Troubleshooting Procedures, and an Illustrated Parts Breakdown. Training Documentation: Training documentation to be provided with calibration, operation and maintenance training. Equipment Identification and Markings: The ADAS product name, model number, serial number, and nomenclature shall be permanently affixed onto each major component. A field change plate and a configuration plate shall also be affixed onto each major subassembly of the ADAS. Electrical Cables and Connectors: All electrical cables shall be clearly marked to identify their function. All electrical connectors shall be keyed to prevent the attachment of a cable to an incorrect component. Workmanship: The ADAS shall be designed, fabricated and installed in accordance with best commercial practices. Notwithstanding, the ADAS shall be designed, fabricated and installed to function in the control room/control cab environment of the LTS101-750B-2 Test Cell and the ADAS shall have an expected service life of not less that 10 years. Warranty: All applicable commercial warranty information, related to the ADAS, shall be addressed in the offerors' proposal. Customer Service: The offeror shall describe in their proposal package the program of services that they provide for their customers. Note: the contractor should only describe those services that will be provided at no additional cost to the Government. Examples of such services may include 24-hour technical support by phone, overnight parts shipment worldwide, onsite technical support, etc. Personnel and Training: The contractor shall provide initial training to a selected cadre of two (2) Government/USCG personnel. These personnel shall, upon completion of this training, be fully capable to independently operate and maintain the ADAS. The ADAS shall not increase the overall number of maintenance and operator personnel required to support the End Item. Use of the personnel that normally operate and maintain the Engine Test System is required. This training will be held at the government facility in Elizabeth City, NC. This training is to be held concurrent with ADAS installation. This training will be primarily ?hands-on?, and maintenance training for ADAS shall be addressed in the offeror's proposal. Basic Quantity and Milestones: A total of one (1) complete ADAS unit is required. The unit is to be delivered 120 calendar days after contract award, and installed immediately thereafter. Installation: The contractor shall provide a turnkey installation for the ADAS in the LTS101-750B-2 test cell at U.S. Coast Guard Aircraft Repair & Supply Center, Elizabeth City, North Carolina. Installation of the ADAS shall be made within 21 business days in order to minimize impact on engine production. Performance Verification: The contractor shall provide evidence to the government that their ADAS meets all the performance requirements detailed in the Statement of Salient Characteristics. This evidence shall include some or all of the following as needed to provide verification that the system is in accordance with the salient characteristics: Submission of Certifications, Narrative Description of Historical Usage in the Field, Submission of Other Documentation (Including References). Submission of Certification: The contractor is authorized to submit certifications verifying that their ADAS has undergone testing and/or a verification procedure that assures that their system will meet the performance requirements outlined in the Statement of Work. All certifications should include details of testing procedures and testing limits (including statistical confidence). This certification information shall be submitted with the offeror's proposal package. Narrative Description of Historical Usage in the Field: The contractor is authorized to submit information in narrative form regarding the field use history of their proposed ADAS. The contractor may state inferences, based on this field usage information, regarding the ability of their system to meet the performance requirements outlined in the Statement of Work. Some examples of how narrative historical field usage information may be used include narrative descriptions of the operational environments that the system has been used in (i.e. temperature extremes, historical reliability data), and documented customer feedback or survey results. This information shall be submitted as part of the offeror's proposal package. Submission of Other Documentation (Including References): The offeror shall submit documentation to verify and validate the performance of their recommended ADAS. This may include (but is not limited to) test reports, videos, computer simulation results, and other forms of documentation. The offeror shall submit references of names, titles, addresses, and phone numbers of individuals who have used their proposed ADAS and who are knowledgeable to discuss the proposed ADAS performance. These documents shall be submitted along with the offeror?s proposal package. Acceptance Inspection and Test: The contractor shall perform an Acceptance Inspection and Test on each and every ADAS produced under this procurement. The purpose of the Acceptance Inspection and Test is to verify that; 1) the ADAS produced physically includes all the components and functionality required, 2) the workmanship and craftsmanship utilized to manufacture the particular ADAS is acceptable to the government, and 3) that the particular ADAS is able to achieve the performance levels required by the Statement of Work. The Acceptance Inspection and Test performed on all ADAS shall be performed during on-site installations in the presence of the government. The contractor shall develop an Acceptance Inspection and Test Plan (AITP). The AITP shall include a Checklist Validation Sheet to be completed as each step in the AITP is successfully performed. The Checklist Validation Sheet shall serve as the Acceptance Inspection and Test. The AITP Checklist shall include space to document rework, adjustment, etc., performed on the particular ADAS that was required to get the ADAS to successfully pass all of the tests on the Checklist Validation Sheet. The government team leader and the contractor's project leader shall approve the AITP. Test Program Software (TPS): The TPS, as required in the Salient Characteristics, and upon successful completion of Acceptance Inspection and Test, shall be provided to the government as a deliverable. The TPS shall be such that future changes to the LTS101-750B-2 engine performance requirements can, at the government's option, be organically supported. The TPS delivered to the government will consist of both run time code and the associated source code and commands necessary to reconstruct or rebuild the run time TPS. STATEMENT OF SALIENT CHARACTERISTICS REQUIRED FOR A COMMERCIAL OFF-THE-SHELF (COTS) LTS101-750B-2 ENGINE AUTOMATED DATA ACQUISTION SYSTEM (ADAS). Hardware Requirements: All major components of the ADAS must comply with Section 508 of the Federal Acquisition Regulations and are required to be installed in the available empty spaces of the existing LTS101-750B-2 Test Systems without affecting functionality and without significantly affecting placement of current instrumentation and hardware. All ADAS components should be placed in standard 19? NEMA racks where possible. Signal Conditioning Unit: The signal conditioning unit must be able to meet or exceed all the required input parameters and corresponding accuracy requirements described in LTS101-750B-2 Engine Test Requirements. This includes any future growth requirements listed in the attachment. The unit must have front panel access to all circuit cards for ease of maintenance. Processor Unit: The ADAS processor unit shall contain standard industrial Pentium III CPU or equivalent of 850MHz and 256 MB RAM memory modules or higher. The system processor shall digitally record all data required by the engine LTS101-750B-2 Original Engineering Manufacture Testing Instruction (OEM-TI) 8124 latest revision. The system processor shall provide sufficient internal data storage and memory capability for each engine test run. A method to download data to a personal computer and through a modem shall be provided. The system shall have the ability to upload and download files such as the test program software and other program and data files. The system must have IEEE-488 and EIA RS-232C bus interfaces. The ADAS shall have (at a minimum) a hard disk capacity of 20 gigabytes (in excess of that capacity required for ADAS primary functions), a 1.44-megabyte floppy drive, a CDRW unit, two serial ports, two USB ports, two PCMCIA slots, and two PCI slots. CRT Display: Provide a 19? or larger flat screen color monitor with a minimum resolution of 1024 x 1280 pixels for high quality color graphics and software controlled touch screen display is required to provide processor and function control. Keyboard and Serial Mouse: Provide an IBM compatible PC serial mouse and protected keyboard for processor and function control. They keyboard will allow entry of engine test data, operation commands throughout the engine run, and system calibration commands. Printer: Provide an HP LaserJet or equivalent printer capable of letter and legal size sheet printing of fonts as small as 4 pt. The printer will be capable of printing at least 6 pages per minute using single sheet paper. Resolution should be a minimum of 1200 dots per inch. It should provide instantaneous printouts of parameter values and hard copy final reports of the engine tested. The final report should include information pertaining to the success or failure of a particular test; raw, corrected, and performance calculations; and test documentation data. Configuration Interface: The ADAS shall include an installation kit to interface easily with the LTS101-750B-2 engine and existing Engine Adapter Assembly (EAA) equipment signals. Future Growth Requirements: The ADR shall be capable of reading three (3) additional independent vibration transducer outputs to determine maximum vibration levels. Provision shall be made for future incorporation of vibration analysis algorithms. The ADAS will also have the ability to receive software upgrades via a modem. PC Compatibility: The ADAS shall have the ability to execute PC based software applications independent of and concurrent with ADAS primary functions. The ADAS is not required to utilize a PC based operating system, but shall have the capability of running all applications designed for use under a Windows NT environment. Test Software and Calibration: A generic all-encompassing test program software shall provide the necessary interface requirements to allow operator troubleshooting and calibration of the entire I/O system by means of: 1) independently exercising all output functions for external measurement of signals; and 2) displaying all available input channels and parameters for verification of data from the external stimulation of sensors and other devices. Programmability: The ADAS shall be programmable to accommodate LTS101-750B-2 engine testing requirements, specifications, and procedures in accordance with OEM TI 8124. Signal sampling rates, data transfer rates, parameter averaging, and display update rates shall each be controlled by the software such that a programmer has the ability to assign a value and limits for specific parameters. The ADAS shall have a means of alerting/warning the operator when these parameters have approached/reached, and have exceeded the preset limits. Built-In Test and Health Monitoring (BIT&HM): The ADAS shall incorporate a BIT&HM system that will allow the operators to perform pre-operational system checks and to perform fault isolation to the major component/electronic board level. Environmental Requirements: The ADAS shall comply with the following operational requirements. Ambient/Operating Environment: ADAS shall be designed to operate in an ambient temperature environment of 0?C to 40?C. Non-Operating Thermal Environment: The ADAS shall be designed to meet the non-operating thermal requirement of ambient to 71C and ambient to ?40C. This profile is equal to 72 hours at 71C and return to ambient; and, 72 hours at -40C and return to ambient. The ADAS must be able to operate when returned to ambient. Relative Humidity: The ADAS shall be designed to meet the temperature requirements for a relative humidity range of 0 - 95%. Shock: The ADAS shall be designed to withstand a transportation handling and movement shock protection of 5G. The ADAS shall be designed to remain operational during the shock input and after the episode has ceased. Vibration: The ADAS shall be designed to function in an operating environment of sinusoidal vibration of 5 mils double amplitude over a frequency range of 80 thru 300 Hz. Reliability: Reliability of the ADAS, its assemblies, and components, shall be met through basic engineering considerations and reliability design techniques. It will minimize design complexity and parts counts, and will not be degraded by manufacturing or production processes. Mean Time Between Failures: The ADAS shall have a minimum predicted or demonstrated mean-time-between failure (MTBF) of 2000 hours. Maintainability: Maintainability of the ADAS shall be met through basic engineering considerations and maintainability techniques. The ADAS will be maintained in the control room for the LTS101-750B-2 test cell. Maintainability Design Requirements: The ADAS shall have a Mean Time To Repair (MTTR) at the intermediate maintenance level of 2 hours and a Maximum Time To Repair (Mmax) at the 95th percentile of 4 hours. The U. S. Coast Guard, Aircraft Repair and Supply Center (ARSC) is seeking to procure a Commercial Off-The-Shelf (COTS) Automated Data Acquisition System (ADAS) capable of collecting engine test cell data for the LTS101-750B-2 gas turbine engine. The LTS101-750B-2 engine is a flight critical item and is currently being tested on a 20 year-old test data collection system that is antiquated and unsupportable. The contractor?s offer should include all equipment necessary, not including that designated as ?Government Furnished?, to complete the Test Cell. The contractor will be responsible for all necessary permits. Award will be made to the responsible offeror whose total offer conforming to the solicitation is determined most advantageous to the Government. All responsible sources may submit an offer, which may be considered. Contract award will be made to the Offeror who is determined to provide the best value to the Government, provided that Offeror is considered responsible and meets the required technical specifications, past performance and offered price is determined to be fair and reasonable. Prospective offerors shall provide written evidence of their prior experience and capability to perform the required work. Past performance history shall include detailed descriptions of experience in the same or similar tasks and shall cover a minimum period of not less than 5 years. References shall be provided reflecting ALL contracts, including default terminations, option years or periods, not exercised with Federal agencies or commercial or military organizations. The offeror shall provide the contract number, agency name person to contact, and telephone number. Failure to provide current/correct points of contact and/or telephone numbers will result in failure of this evaluation factor. The acquisition will not provide progress payments. Delivery to USCG Aircraft Repair & Supply Center, Elizabeth City, NC 27909 shall be F.O.B. destination only. Offerors are advised to access the U.S. Coast Guard Aircraft Repair & Supply Center?s Internet Homepage http://www.uscg.mil/hq/arsc/Contracting/coco.htm for any possible updates and/or changes. All contractors seeking award must be registered in the Central Contractor Registration (CCR) database. Contracts cannot be awarded to contractors unless they are registered. For CCR information, contact the CCR Registration Assistance Center at 1-888-227-2423 or register on-line at: www.ccr.2000.com. The following FAR Subpart 12 provisions and clauses are incorporated by reference: FAR 52.212-1 Instructions to Offerors-Commercial Items (Oct 2000) with the following included by addendum: 52.211-14 Notice of Priority Rating for National Defense Use (Sep 1990) DO rated; FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Jul 2002); Offeror shall include a completed copy of this provision with his offer. FAR 2.212-4 Contract Terms and Conditions Commercial Items (Feb 2002), 52.211-15 Defense Priority and Allocation Requirements (Sep 1990), 52.211-17 Delivery of Excess Quantities (Sep 1989), 52.237-1 Site Visit (APR 1984), 52.247-34 F.O.B. Destination (Nov 1991), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2002) (b) (1, w/Alt 1), (5), (6), (8), (11)-(16), and (24). FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998), also the full text of a clause may be accessed electronically at this Internet address: www.deskbook.osd.mil. FAR 52.212-2 (a) & (c) Evaluation Commercial Items (Jan 1999) (fill-ins) "1st. Technical capability of the item offered to meet the Government requirement, 2nd. Past Performance and 3rd. Price. Ranking shall be in the descending order of importance. Technical and past performance are listed in their respective order as previously stated." The Defense Priorities and Allocation System is DO-A1. Contractors that are Debarred, Suspended, or Proposed for Debarments are excluded from receiving contracts. ATTENTION: Minority, Women-owned, and Disadvantaged Business Enterprises (DBEs)! The Department of Transportation (DOT), offers working capital financing and bonding assistance for transportation related contracts. DOT?s Bonding Assistance Program (BAP) offers bid, performance and payment bonds on contracts up to $1,000,000. DOT?s Short-Term Lending Program (STLP) offers lines of credit to finance accounts receivable. Maximum line of credit is $500,000 with interest at the prime rate. For further information, call (800) 532-1169 Internet address: http://osdbuweb.dot.gov.
 
Place of Performance
Address: U.S. Coast Guard, Aircraft Repair & Supply Center, Elizabeth City, NC 27909
Zip Code: 27909-5001
Country: United States of America
 
Record
SN00143873-W 20020821/020819213302 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

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