SOLICITATION NOTICE
59 -- Eight Channel Independence PC Image Generator System
- Notice Date
- 5/31/2006
- 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
- F1S0AX6137B002
- Response Due
- 6/14/2006
- Archive Date
- 6/29/2006
- 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) 2005-09 and DFARs Change Notice (DCN) 20060519. Standard Industrial Classification (SIC) code is 3571 and the size standard is 1,000 employees. NAICS is 314110. This acquisition is for Brand Name or Equal items only and is a 100% small business set aside. The Brand Name or Equal purchase will be for: Eight Channel Independence PC Image Generator System. Requirement: 1. 7110PIDX2500PRIM - IDX 2500 CSA1 35U Primary Cabinet with Dual Single Phase120/240V PDUs (Quantity 1 Each) PART NUMBER: 998-4501-13; 2. 7110PIGINSTLANDOPSTRNG - IG Installation and Operations Training (Quantity 1 Each) PART NUMBER: 971-0101-00; 3. 7110PIDX2500AUX - IDX 2500 CSA1 35U Auxiliary Cabinet with Dual Single Phase 120/240V PDUs (Quantity 1 Each) PART NUMBER: 998-4502-13; 4. 7110PIDX2500IGCSYS - IDS 2500 IGC System IGC2-2 with CSA1 Support (Quantity 1 Each) PART NUMBER: 999-5977-07; 5. 7110POPTIGC80GB - Optional IGC 80GBVXA-2 Tape Drive for Database Loadingand Backups (Quantity 1 Each) PART NUMBER: 998-4470-01; 6. 7110PPRIMICSSYS - Primary ICS System (Quantity 1 Each)ICS1-1 with Dual Redundant Power Supply PART NUMBER: 999-5865-01; 7. 7110PIDX2500IV3241 - IDX 2500 IV3-241 Visual Channel with CSA1 Support (Quantity 8 Each) PART NUMBER: 998-4331-07; 8. 7110PIDXWARR - IDX IG Extended One Year Warranty (Quantity 1 Each) PART NUMBER:920-1111-01; 9. 7110PBUNDLE - Bundled Collection, Includes CONUS Database Site Licenses, SW USA Sensor Database Site Licenses and a Ten-Pack of OTW and Sensor FACETS Models for up to Four IDX Systems (Quantity 1 Each) PART NUMBER: NO; Delivery is Freight FOB Destination Edwards AFB CA 93524. The Brand Name or Equal Justification follows: 1. The Electronic Warfare (EW) Directorate requests the Brand Name or Equal Purchase of Quantum 3D?s eight channel Independence PC Image Generator System. 2. The Quantum 3D Independence System (IG) will be used to drive the 360 degree out the window field of view graphics and will be used in lieu of Silicon Graphics, Inc. MIPS based technology currently in use in the F-35 Manned Flight Simulators. The new PC based IGs represent significant advances in performance over other systems currently in use. The salient functional characteristics that are essential to the Electronic Warfare Directorate are: Must meet current Joint Strike Fighter Program Office (JPO) and Lockheed Martin (LM) requirements in support of the current A.4 Program Introduction Document. The units are currently in use and will continue to be used at LM Ft. Worth Verification Simulator (VSIM) labs as well as the LM Marietta Air Combat Simulator (ACS) and Edwards AFB mini-ACS labs. LM approves unit hardware and software architecture for use in the verification of systems software against the Joint Contract Specification (JCS). Quantum 3D visual and electro-optical databases are based on LM VSIM lab requirements. 3. Currently Quantum 3G Independence IGs are the only known brand of this type of technology currently being used by LM in support of the VSIM visual and electro-optical requirements. Since LM is driving the requirements for the government support facilities it is currently the only known brand that can meet the Electronic Warfare Directorates requirement. 4. Since LM drives the system requirements for the government support facilities and we are obligated by the A.4 PID to replicate the VSIM labs as much as possible there is very little we can do in preventing brand name situations in the future. 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), DFARS 252.204-7004, ALTERNATE A (NOV 2003); ONLINE REPRESENTATIONS & CERTIFICATION (ORCA) (JAN 2005); & DFARS 252.212-7000, REPRESENTATIONS AND CERTIFICATIONS ? COMMERCIAL ITEMS (NOV 1995). INTERESTED CONTRACTORS CAN ACCESS THE CLAUSES BY INTERNET URL: http://farsite.hill.af.mil. TO REGISTER WITH CCR, GO TO URL: https://www.ccr.dlsc.dla.mil/. ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) MUST BE COMPLETED. USE OF ORCA BECAME MANDATORY 01 JANUARY 2005. CONTRACTORS CAN ACCESS ORCA THROUGH CCR BY INTERNET URL: http://www.ccr.gov/ 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 412 Test Wing, Directorate of Contracting, 5 South Wolfe Avenue, Edwards AFB, CA, 93524, not later than Close of Business COB 14 June 06 at 4 pm PST. Faxed transmissions of quotes are acceptable. Fax #: 661-275-7819 or e-mail address: Mary.uptergrove@edwards.af.mil.
- Place of Performance
- Address: Edwards AFB, CA
- Zip Code: 93524
- Country: USA
- Zip Code: 93524
- Record
- SN01059697-W 20060602/060531220728 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |