SOLICITATION NOTICE
A -- COMMUNICATION SYSTEM UPGRADE ENGINEERING SERVICES IN SUPPORT OF TACTICAL TERMINAL CONTROL SYSTEM PROTOTYPING PROGRAM
- Notice Date
- 6/17/2004
- Notice Type
- Solicitation Notice
- NAICS
- 334419
— Other Electronic Component Manufacturing
- Contracting Office
- Aviation Applied Technology Directorate, ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard, Fort Eustis, VA 23604-5577
- ZIP Code
- 23604-5577
- Solicitation Number
- W911W6-04-R-0013
- Response Due
- 6/29/2004
- Archive Date
- 8/28/2004
- Point of Contact
- patricia wells, 757-878-0104
- E-Mail Address
-
Email your questions to Aviation Applied Technology Directorate
(pwells@aatd.eustis.army.mil)
- Small Business Set-Aside
- N/A
- Description
- POC Mrs. Pattie Wells, Contracting Officer, 757-878-0104, The Aviation Applied Technology Directorate (AATD). This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulations (FAR) 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. TECHNICAL DESCRIPTION. Research Categ ory 6.4, Engineering and Manufacturing Development. The Army Tactical Terminal Control System (TTCS) performs air traffic control services at forward locations in the combat theater. The requirement is for software engineering design or SOFTWARE BUILD upgr ades to components of the Tactical Operations Center Inter-Communication System (TOCNET); namely, Micro Central Switching Unit (MCSU) and Crew Access Unit (CAU), that will enable the Government specified performance capabilities for the Army TTCS vehicles. This software design will produce the required communication interface between the intercom, radios and meteorological sensor systems for prototype TTCS vehicles and the unique TOCNET hardware manufactured by SCI Technology, Inc. The intended source of th e TOCNET software design effort is SCI Technology, Inc., doing business as SCI Systems, 8600 South Memorial Parkway, Huntsville, Alabama 35802. The objective of this acquisition is to acquire for prototype development and subsequent Army TTCS fielding, red esigned TOCNET intercom system functionality that permits this prototype TTCS mission suite of radios as supplemented with the SCI intercom system to meet both remote radio communication control and in-vehicle radio communication control requirements. Nego tiations will be limited to the manufacturer because SCI is the only firm that possesses both the intimate engineering knowledge and the unique design knowledge ability to execute the software and firmware designs required for the TTCS integration. There i s no other known system that affords the capabilities of SCI and that may meet the Government??????s requirement. The solicitation number is W911W6-04-R-0013, and is issued as a request for proposal (RFP). SIZE STATUS: The North American Industry Classific ation System (NAICS) applicable to this RFP is 334419. The size standard is 500 employees. The planned issue date is the date of this synopsis and proposals are due June 29, 2004, 4:30 p.m. local time. CONTRACTUAL VEHICLE: The Government intends to award a firm fixed price contract in accordance with the terms and conditions of the FAR, Part 12, Commercial Items and the procedures under FAR Part 13.5, regarding the test program for certain commercial items. This acquisition will use Alpha Contracting proced ures that are appropriate for sole source requirements. No options are included in this acquisition. The inspection/acceptance and FOB Point are Destination Fort Eustis, VA. ANTICIPATED PERFORMANCE PERIOD: The period of performance for the contract is 12 m onths after date of contract award. This synopsis/solicitation incorporates provisions and clauses which are those in effect through Federal Acquisition Circular 01-19 effective June 8, 2004. The provision at FAR 52.212-1, Instructions to Offerors-Commerci al Items, applies to this acquisition. Provision FAR 52.212-2 Evaluation-Commercial Items is incorporated into this acquisition and, technical capability of the offeror to meet the Government requirement is significantly more important than price. Completi on of FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items, is required. FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, and FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statut es or Executive Orders-Commercial Items, are incorporated into this acquisition. The following FAR clauses cited within FAR 52.212-5 apply: 52.203-3 Gratuities; 52.203-6 Restriction on Subcontractor Sales to the Government; 52.219-8 Utilization of Small Business Concerns; 52.222-3 Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222 -26 Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special Disabled Veteran s, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-13 Restrictions on Certain Foreign Purchases; and, 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. Incorporate FAR clause, 52.252-2 Clauses Incorporated by Reference (Feb 1998) as follows: This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Defense Federal Acqu isition Regulations Supplement (DFARS) clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The following clauses cited wi thin DFARS clause 252.212-7001 apply: 252.225-7001 Buy American Act and Balance of Payments Program; 252,225-7012 Preference for Certain Domestic Commodities; 252.227-7015 Technical Data??????Commercial Items; 252.227-7037 Validation of Restrictive Marking s on Technical Data; 252.232-7003 Electronic Submission of Payment Requests; 252.243-7002 Requests for Equitable Adjustment; 252.247-7023 Transportation of Supplies by Sea; and, 252.247-7024 Notification of Transportation of Supplies by Sea. Also, the full text of a FAR clause may be accessed electronically at this address; www.arnet.gov/far/ and, a copy of a DFARS clause at this address; http://www.acq.osd.mil/dpap/.Specifications, plans, or drawings relating to the procurement described within are not ava ilable and cannot be furnished by the Government. While the Government does not anticipate competition, any responsible source may submit a proposal which shall be considered. Written proposals should be sent to: Aviation Applied Technology Directorate, AT TN: AMSRD-AMR-AA-C (P. Wells), Lee Blvd. Building 401, Fort Eustis, VA 23604-5577. Proposals may be submitted electronically, email, pwells@aatd.eustis.army.mil. Electronic inquiries are encouraged. Proposals received after the due date of June 29, 2004, w ill be handled in accordance with FAR 52.212-1. POINT OF CONTACT: Mrs. Wells at 757-878-0104, facsimile 757-878-0008.
- Place of Performance
- Address: Aviation Applied Technology Directorate ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard Fort Eustis VA
- Zip Code: 23604-5577
- Country: US
- Zip Code: 23604-5577
- Record
- SN00605467-W 20040619/040617212220 (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 |