SOLICITATION NOTICE
58 -- Telemetry Decommutation System
- Notice Date
- 4/16/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 518210
— Data Processing, Hosting, and Related Services
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFTC/PZIO - Eglin, 308 West D. Ave, Bldg 260, Suite 130, Eglin, Florida, 32542-5418, United States
- ZIP Code
- 32542-5418
- Solicitation Number
- F1T0DG2353AG01
- Archive Date
- 5/31/2013
- Point of Contact
- Christopher Serbe, Phone: (850) 882-2789, Christopher K. Slater, Phone: (850) 882-0334
- E-Mail Address
-
christopher.serbe@eglin.af.mil, christopher.slater@eglin.af.mil
(christopher.serbe@eglin.af.mil, christopher.slater@eglin.af.mil)
- Small Business Set-Aside
- N/A
- Description
- The Operational Contracting Division, Air Force Test Center, Eglin AFB, FL intends to solicit, negotiate, and award a Firm-Fixed Price contract for Telemetry Decommutation System in accordance with this Brand Name or Equal solicitation. The contractor is responsible for obtaining the solicitation, amendments, and any other documentation from the Federal Business Opportunities (FBO) website, which can be accessed at http://www.fbo.gov. Paper copies will not be available. This acquisition is under Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures, and FAR Part 13.5, Test Program for Certain Commercial Items. This announcement constitutes the only solicitation; a quotation is being requested, and a written request for quotation will not be issued. This is a Full and Open Competition, Brand Name or Equal only, acquisition. The North American Industry Classification System (NAICS) code for this acquisition is 518210, with small business size standard of $30,000,000.00. Please identify your business size in your response based upon this standard. Prospective offerors must be registered on the System for Award Management (SAM) website at www.sam.gov. Please provide DUNS or Cage Code, Shipping Point, and any charges for shipping on the response to this solicitation. This solicitation is issued as Request for Quotation (RFQ) F1T0DG2353AG01. Offerors will be evaluated on a Lowest Price Technically Acceptable basis IAW FAR 15.101-2 and the award will be made to the lowest priced offeror that meets the minimum requirement. The government will not accept refurbished/used equipment. There will be no advance payments. E-mail address to submit quote and supporting documentation is christopher.serbe@eglin.af.mil. Faxes are not accepted. Mailing address is: - AFTC/PZIOA (OL-EGLIN) - 308 West D Ave Ste 130 (Bldg 260) - Eglin AFB, FL 32542-5418. All questions are due by 1200 (noon), Central Time on 26 April 2013. Quotes must be received no later than 1700, Central Time on 16 May 2013. Anticipated award date is seven (7) days after quote due date. Delivery period for this requirement is 180 days after receipt of order (ARO). This Brand Name or Equal requirement is for the following items to be separately priced: CLIN / QTY / Model No // Description 0001 / 30 / MFT1000 // PCIe Multifunction Telemetry Module includes Full System Support-Special, MFT 800 System Maintenance (Hardware &Software) Options for 14 systems / 8 years 0002 / 30 / PNL-MFT800 // MFT Breakout Panel 0003 / 14 / VISTA-PC-W // Vista Server SW for PC Systems, Win, includes half clock functionality 0004 / 4 / VISTA-ALG // Vista Alogarith Development for PC/VME 0005 / 4 / VISTA-API // Vista API for PC or VME 0006 / 14 / VISTA-TMATS // TMATS/Vista Database converter (SQL) 0007 / 1 / VISTA-OSAD // Training Vista Algorithm Development per course 0008 / 1 / VISTA-OSAPI // Training Vista API, per course 0009 / 1 / VISTA-OSOPS // Training Vista Operations (Basic) per course 0010 / 1 / (N/A) // Training CS Travel, travel & Per Diem for onsite Training The primary Brand Name or Equal Telemetry Decommutation System to be acquired is the MFT 1000/PCIe Multifunction Telemetry System: • The salient characteristics of the System of the MFT 1000/PCIe Multifunction Telemetry System are:  Complete system shall consist 60 data streams. Each stream will consist of a bit-synchronizer, decommutator, telemetry processor, telemetery database development interface, and real-time interface  System shall have no more than a 1 millisecond time-tag fidelity  System shall be capable of importing legacy (Wyle Omega)TMATs databases  System shall be capable of communicating with a host server over an Ethernet interface  System shall be capable of passing all samples of required parameters to Symvionics and Real-Time internally-developed software  System shall be capable of decoding IRIG A, IRIG B, TTLA, TTLB  System shall be capable of operating under Microsoft ® Windows 7  System shall be capable of operating with McAfee 8.x antivirus resident with no decrement to mission support  System shall be capable of auto generating and passing required IADS configuration files for mission support  System shall be dynamically scalable and reconfigurable down to single stream level using Ethernet connectivity. Such that, each stream is independent, but can be used in conjunction with any other stream/streams to support a mission.  System shall provide a single mission interface that will allow loading/saving of a data base that stores the entire mission system state  System shall allow import/export to Chapter 9 TMATs format  System shall include an installation package for all software components (i.e., C++, C#, or JAVA) • The salient characteristics of the Decommutator of the MFT 1000/PCIe Multifunction Telemetry System are:  Decom shall have an internal PCM simulator  Decom shall be capable of operating at pulse code modulation (PCM) bit rates from 125 Kbps to 30 Mbps NRZL.  Decom shall be capable of providing serial clock and data inputs compatible with KGR-type decryptors.  Decom shall be capable of processing 0 and 90 degrees half clock/dual-pumped data, via drop-down menu selection.  Decom shall be capable of continuously providing IADS-compatible IRIG time without data lock at a minimum 1 msec resolution.  Decom shall be capable of processing burst data.  Decom shall be capable of processing PCM to provide continuously variable slope delta (CVSD) modulation analog output  Decom shall be capable of providing DAC output  Decom shall be capable of supporting MIL-STD-1553B data encoded in a PCM data format in accordance with Chapter 8 in IRIG Standard 106-11.  Each decom channel shall process both major and/or minor frame synchronization and the frame synchronization parameters shall be software defined  Decom software shall be capable of supporting multiple embedded asynchronous bit streams.  Decom shall be capable of providing low-latency-discrete TTL-level Search, Check and Lock signals via external connector • The salient characteristics of the Bit Synchronizer of the MFT 1000/PCIe Multifunction Telemetry System are:  Bit synchronizer shall be capable of decoding randomized data  Bit synchronizer shall be capable of supporting all IRIG PCM codes described in Chapter 4 of IRIG Standard 160-11  Bit synchronizer shall be capable of processing PCM bit rates from 125 Kbps to 30 Mbps NRZL  Bit synchronizer shall be capable of providing external output levels that are TTL single-ended with logic 1 being at least 3 volts into 75 ohms termination  Bit synchronizer shall be capable of supporting 75-ohm and high-Z input terminations.  Bit synchronizer shall be capable of providing serial clock and data outputs compatible KGR- type decryptors.  Bit synchronizer shall be capable of providing 0 and 90 degrees half clock/dual-pumped data via drop down menu selection.  Bit synchronizer shall be capable of providing low-latency-discrete TTL-level Lock/No-Lock signals via external connector • The salient characteristics of the Database Development Interface of the MFT 1000/PCIe Multifunction Telemetry are:  Database development interface shall allow updating of parameter/time/bit synchronizer attributes without recompiling the database  Database development interface shall allow deleting single or multiple parameters  Database development interface shall be capable of supporting parameters with variable word length and super commutated words  Database development interface for internally-developed software shall allow the reading and writing of PCM or real time parameters to user defined parameters  Database development interface shall provide the capability for parameter calculations, if-then-else, and typecasting  Database development interface shall have the capability to store individual databases at a shared network location to be downloaded when required for mission support. • The salient characteristics of the Telemetry Processor of the MFT 1000/PCIe Multifunction Telemetry System are:  Telemetry processor shall be capable of handling supercom words that do not have a fixed word/minor frame interval.  Telemetry processor shall be capable of archiving data  Telemetry processor shall be capable of supporting concatenation of parameters (i.e., The same bits could be used for multiple parameters)  Telemetry processor shall be capable of supporting multiple embedded streams from one parent stream, and/or embedded stream within an embedded stream  Telemetry processor shall be capable of continuously sending IRIG time without data lock at a minimum 1 msec resolution.  Telemetry processor shall be capable of supporting Major Frame word sizes between 2 and 256K (word count starts at zero)  Telemetry processor shall be capable of supporting Major Synch Pattern Lengths between 6 and 32 bits  Telemetry processor shall be capable of time stamping with a resolution of no more than 1 millisecond  Telemetry processor shall be capable of supporting parameter name filtering  Telemetry processor shall be capable of dynamically adding streams to existing database configuration • The salient characteristics of the Real-time Interface of the MFT 1000/PCIe Multifunction Telemetry System are:  Real-time interface shall have an open API that is compatible with organizationally-developed software  Real-time interface shall allow organizationally-developed software to asynchronously write specified parameter values to the telemetry system, these values will be associated with a user defined parameter name to be processed as any other telemetry parameter. The values are serially injected into the telemetry stream as they are received as if they were decoded from the PCM frame. Optionally, an associated time stamp is written with each parameter value. (Writing parameter values)  Real-time interface shall be able to select parameter values buffered as they are serially decoded from the PCM frame, and parameter values asynchronously written with this interface are also buffered, if selected. All sample values for each parameter are buffered not just the most current value for each parameter. All values for all parameters including asynchronously written parameters are chronologically stored together in one buffer. Each value is stored with a time stamp of when the value was decoded or injected into the stream. A block read is used to retrieve the buffered values and empty the buffer. The format of the buffered values, the maximum number of values that can be buffered, and any timing constraints on block reads should be clearly documented. (Reading parameter values)  Real-time interface shall be capable of retrieving tag parameters and providing indication if tagged parameters does not exist  Real-time interface shall be capable of tagging parameters in time and data format. Data will be driven in the order in which it arrives  Real-time interface shall be capable of specifing list of parameter, buffer the parameter, and allow user to pull specified data  Software to interface with real time shall reside in the system (i.e., TCP/IP toolkit)  Real-time interface shall be capable of supporting multiple thread/sessions  Real-time interface shall be capable of deselecting parameters that were previously selected for reading  Real-time interface shall provide an interface to write examples  Real-time interface shall be capable of ingesting data samples via Ethernet interface updated for enabled selected parameters. It will then return the buffer containing all updated parameters.  Real-time interface shall be capable of passing data values that are at least 32 bits, either binary or decimal format. Time stamp of the data passed contain a minimum day of year with millisecond fidelity The following provisions and clauses are incorporated in this notice and are those in effect through Federal Acquisition Circular 2005-062 effective 20 Dec 2012: • FAR 52.203-12, Limitation on Payments to Influence Certain Federal Transactions; • FAR 52.203-16, Preventing Personal Conflicts of Interest; • FAR 52.204-7, Central Contractor Registration; • FAR 52.212-1, Instructions to Offerors - - Commercial Items; • FAR 52.212-3, Offeror Representations and Certifications-Commercial Items with Alt I; • FAR 52.212-4, Contract Terms and Conditions - - Commercial Items; • FAR 52.212-5 DEVIATION Contract Terms and Conditions Required to Implement Statutes or Executive Orders; • FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - -Commercial Items; incorporating the following: • FAR 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I; • FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; • FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; • FAR 52.219-8, Utilization of Small Business Concerns; • FAR 52.219-9, Small Business Subcontracting Plan; • FAR 52.219-28, Post-Award Small Business Program Rerepresentation; • FAR 52.222-3, Convict Labor; • FAR 52.222-19, Child Labor - Cooperation With Authorities and Remedies; • FAR 52.222-21, Prohibition of Segregated Facilities; • FAR 52.222-26, Equal Opportunity; • FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans; • FAR 52.222-36, Affirmative Action for Workers With Disabilities; • FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; • FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; • FAR 52.225-13, Restrictions on Certain Foreign Purchases; • FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; • FAR 52.233-3, Protests After Award; • FAR 52.233-4, Applicable Law for Breach of Contract Claim; • FAR 52.247-34, FOB Destination • FAR 52.252-2, Clauses Incorporated by Reference • DFARS 252.204-7003, Control of Government Personnel Work Product; • DFARS 252.211-7003, Item Identification and Valuation; • DFARS 252.212-7001, Contract terms and conditions required to Implement Statutes or Executive Orders applicable to Defense acquisitions of Commercial Items, incorporating the following: • DFARS 252.225-7001, Buy American Act and Balance of Payments Program; • DFARS 252.225-7012, Preference for Certain Domestic Commodities; • DFARS 252.226-7001, Utilization of Indian Organizations, Indian Owned Economic Enterprises, and Native Hawaiian Small Business Concerns; • DFARS 252.232-7003, Electronic Submission of Payment Requests; • DFARS 252.243-7002, Request for Equitable Adjustment • DFARS 252.247-7023, Transportation of Supplies by Sea; • DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; • DFARS 252.232-7010, Levies on Contract Payments; • AFFARS 5352.201-9101, Ombudsman; • AFFARS 5352.242-9000, Contract Access to Air Force Installations; • LOCAL CLAUSE H-850: THE FOLLOWING CODES WILL BE REQUIRED TO ROUTE YOUR INVOICES AND ADDITIONAL EMAILS CORRECTLY THROUGH WAWF. Invoice Type: INVOICE AND RECEIVING REPORT (COMBO) *Contract Number: TBD *Delivery Order: TBD *Issue Date: TBD *Issue DODAAC: FA2823 *Admin DODAAC: FA2823 *Inspected By DODAAC/Ext: F1T0DG *Ship To Code/Ext: F1T0DG *Ship From Code: N/A *Pay DODAAC: F03000 Payments may be expedited electronically via the Internet through the Wide Area Work Flow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF Training may be accessed online at http://www.wawftraining.com. Payment information may be accessed using the DFAS website at https://www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment. To view the other provisions and clauses in full text, visit the web site http://farsite.hill.af.mil (End of provision)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/edbe66872e543286a4d87388a85e8e21)
- Place of Performance
- Address: Eglin AFB, Florida, 32542, United States
- Zip Code: 32542
- Zip Code: 32542
- Record
- SN03037620-W 20130418/130416234611-edbe66872e543286a4d87388a85e8e21 (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 |