Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 21, 2005 FBO #1364
SOLICITATION NOTICE

70 -- Upgrade to pC-Nova 3.0 Image Generator

Notice Date
8/19/2005
 
Notice Type
Solicitation Notice
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, CA, 93524-1185
 
ZIP Code
93524-1185
 
Solicitation Number
Reference-Number-F1S0AX5208B001
 
Response Due
8/29/2005
 
Archive Date
9/13/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR Subpart 12.6 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. This is a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-05 and DFARs Change Notice (DCN) 20050726. Standard Industrial Classification (SIC) code is 7372, FSC Code is 7021 and the size standard is 1,000 employess. NAICS is 334111. This acquisition is for Brand Name items only and is a small business set-aside. Simplified Acquisition Procedures (The award will be less than $100,000) will be followed. This Brand Name purchase will be for a total of the following upgrade items for a single channel pC-Nova 3.0 Image Generator. The required upgrade includes: Two (2) additional channels, each configured for 1600 active pixels by 1200 active lines and 60 Hz update rate, with a single DVI-I video output per channel, one (1) spare node of each type (Pager and Standard), and cabling to accommodate a fully-expanded configuration of eight (8) channels. Brand Name Justification Information: 1. The 412 TW/EWOS has a requirement for a Brand Name purchase of Aechelon Technology equipment required to upgrade the existing single channel pC-Nova 3.0 Image Generator. 2. The required equipment upgrade from Aechelon Technology is needed to support the Joint Strike Fighter (JSF) Mission Systems Cockpit Implementation and Planning effort. This effort is part of the Air Warfare Mission Simulator/Joint Strike Fighter/Test and Evaluation, Modeling and Simulation (AWMS/JSF/TEMS) effort currently under contract with Symvionics, Inc. Currently, the Program Office has a single channel pC-Nova 3.0 Image Generator manufactured by Aechelon Technology. In order for the required upgrades to be compatible with the existing Aechelon Technology pC-Nova Image Generator, the Program Office must use the same hardware as that currently in existence. Changes in hardware configuration would result in extensive revalidation and re-verification of the configuration. Market research conducted by the Program Office has shown that non Aechelon Technology equipment would not be compatible with the existing equipment. Replacing all the current equipment would be cost prohibitive and negatively impact the mission. Differences in configuration from the existing equipment could jeopardize the development and use of capabilities at Edwards AFB in support of the JSF Program, and the entire AWMS/JSF/TEMS effort. The required equipment upgrade includes: Two (2) additional channels, each configured for 1600 active pixels by 1200 active lines and 60 Hz update rate, with a single DVI-I video output per channel, one (1) spare node of each type (Pager and Standard), and cabling to accommodate a fully-expanded configuration of eight (8) channels. The equipment is all commercial in nature and available to other business entities from Aechelon Technology. 3. Aechelon Technology is the name brand currently utilized in this area of the JSF Program. The equipment is proprietary to Aechelon Technology. As a result, no other vendor?s products will meet the requirement for interfacing with the existing proprietary equipment. Due to form, fit and function requirements, the required upgrades must be procured by Aechelon Technology. Interested parties who believe they can meet all the requirements for the required Aechelon Technology upgrades described in this synopsis are invited to submit in writing complete information describing their ability to provide the required training requirement. Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this synopsis. CONTRACTORS MUST COMPLY WITH FAR 52.204-7 CENTRAL CONTRACTOR REGISTRATION (OCT 2003) AND DFARS 252.204-7004, ALTERNATE A (NOV 2003). INTERESTED CONTRACTORS CAN ACCESS THE CLAUSE BY INTERNET URL: http://farsite.hill.af.mil. TO REGISTER WITH THE CCR, GO TO URL: https://www.ccr.dlsc.dla.mil/. The following provisions and clauses apply: Provision 52.212-1, Instructions to Offerors--Commercial; clause 52.212-2 Evaluation-Commercial Items, the following factor shall be used to evaluate offers: technically acceptable to the Government lowest price offer; clause 52.212-4, Contract Terms and Conditions--Commercial Items; clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items (to include: 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era); clause 52.232-33 Mandatory information for electronic funds transfer payment. Offerors must include a completed copy of the provision 52.212-3, Offeror Representations and Certifications--Commercial Items with the offer. If the offeror does not have a copy of this provision, a copy can be downloaded from this website: http://farsite.hill.af.mil. The following DFARs clauses apply to this acquisition: Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (Mar 1998); 252.225-7001 Buy American Act and Balance of Payment Program; clause 252.225-7036, North American Free Trade Agreement Implement Act. Offers are due at the Air Force Flight Test Center, Directorate of Contracting, 5 South Wolfe Avenue, Edwards AFB, CA, 93524, not later than Close of Business (COB) 29 Aug 2005 at 4 pm. Faxed transmissions of quotes are acceptable. Fax #: 661-275-7827 or e-mail address: Philip.cheng@edwards.af.mil.
 
Place of Performance
Address: 5 South Wolfe Ave., Edwards AFB, CA
Zip Code: 93524
Country: USA
 
Record
SN00874792-W 20050821/050819212123 (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.