MODIFICATION
16 -- SMITHS AEROSPACE MULTIFUNCTION CONTROL DISPLAY UNIT (MCDU) P/N 2887-14-1
- Notice Date
- 12/2/2002
- Notice Type
- Modification
- Contracting Office
- ESC/GAK, Global Air Traffic Operations/Mobility Command and Control, 75 Vandenberg Drive, Hanscom AFB, MA 01731-2103
- ZIP Code
- 01731-2103
- Solicitation Number
- F19628-03-Q-0004
- Response Due
- 12/16/2002
- Archive Date
- 2/16/2003
- Point of Contact
- Capt Paul Porter, Contract Specialist, (781) 377-6631
- Small Business Set-Aside
- N/A
- Description
- The Electronic Systems Center (ESC) Global Air Traffic Operations/Mobility Command and Control (GATO/MC2) System Program Office (SPO) is procuring 2 each ARINC-739 Smiths Aerospace MCDU P/N 2887-14-1. The MCDUs are part of the Communications, Navigation, Surveillance/Air Traffic Management (CNS/ATM) for the ESC Reconfigurable Cockpit and Avionics Testbed (RCAT). The MCDUs provide the operator interface to an ARINC-702A Smiths Flight Management Computer (FMC) P/N 171497-05-01, ARINC-758 Communications Management Unit (CMU), and ARINC-741 International Maritime Satellite (INMARSAT) Communications Terminal. The MCDUs interface to the aforementioned equipment via ARINC-429 Communications Ports. The Smiths MCDUs provide the required hardware and software interfaces to control the Air Traffic Control (ATC) Future Air Navigation Services (FANS)-1/A functions of the Smiths FMC. The Smiths Aerospace MCDUs electrical characteristics include: 7 ARINC-429 Inputs, 1 ARINC-429 Output, 0 to 5 Volts AC/DC Lighting Input, Smiths Flight Management System (FMS) Protocol Compatible, 2 Discrete Inputs, and 1 Discrete Output. The Smiths MCDU physical characteristics include: Black/Gray Bezels, 5.6" Diagonal Display, Operating Temperature range of -20 Deg C to +55 Deg C, RTCA DO-160C Certified, RTCA DO-178B Level B Certified, Dimension size of 7.1" x 5.8" x 7.0", Weight of 7.0 lbs, and Power 28 Volts DC, 1.5 Amperes Maximum power consumption. The current source for this MCDU is Smiths Aerospace, CAGE: 35012. Detailed technical data and drawings for the manufacture of this MCDU are not available from the Government. As part of this solicitation and not separately priced (NSP) the offeror shall include all necessary installation and operations manuals and if available Interface Control Documents (ICDs) for the MCDU. Offeror shall provide standard warranty, where applicable, for equipment procured by this solicitation. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2001-08 effective 29 Jul 02. FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. FAR 52.212-2, Evaluation-Commercial Items, also applies to this acquisition. Evaluation criteria are as follows (in descending order of importance): technical capability, price, and past performance where price is approximately equal to all other factors. Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Deliveries of items are due within 300 days of receipt of purchase order with FOB destination, Hanscom AFB, MA. Offers are due: 16 Dec 02, 1600 hrs to ESC/GAK, Attn: Capt Paul Porter, 75 Vandenberg Dr., Hanscom AFB, MA 01731-2103 or paul.porter@hanscom.af.mil (read receipt recommended).
- Web Link
-
N/A
(http://www2.eps.gov/spg/USAF/AFMC/ESC/F19628-03-Q-0004/N/A)
- Place of Performance
- Address: N/A
- Zip Code: N/A
- Country: N/A
- Zip Code: N/A
- Record
- SN00213926-W 20021204/021202213820 (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 |