|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 18,1996 PSA#1618HQ Space and Missile Systems Center (AFMC) SMC/czk, 2435 Vela Way,
Suite 1613, Los Angeles AFB, CA 90245-5500 58 -- NAVSTAR INTERIM GLOBAL POSITIONING SYSTEM (GPS) SUPPORT CONTRACT
SOL F04701-96-R-0020 POC Technical POC:Capt John Phillips,
(310)363-0758;Contracting Officer Mrs. Caroline (CC)
Coleman,(310)363-6360; Contract Negotiator Capt Rich
Nolan,(310)363-6999. This synopsis/solicitation is intended to fulfill
urgent operational requirements for an Interim Global Positioning
System (GPS) Support Contract. This is a combined synopsis/solicitation
for commercial items prepared in accordance with the format in FAR
Subpart 12.6, as supplemented with additional information included in
this notice. This announcement constitutes the only solicitation.
Proposals are being requested and the solicitation and model contract
can be found at the WWW site at address listed below. F04701-96-R-0020
is issued as a Request For Proposal (RFP). Offerors are advised that
funding is not currently available for this effort, but is expected
prior to contract award. The government will not pay costs for proposal
preparation in the event a contract is not awarded. Contract line item
numbers are as follows: CLIN 0001 - 1022 Hardware Kits, Firm Fixed
Price, descriptive data: The Contractor shall provide 1023 Hardware
Kits consisting of one handheld GPS receiver with associated aircraft
installation equipment. Installation equipment shall include as a
minimum an external antenna with cable and an external power cable.
Handheld GPS receivers shall provide the following minimum
capabilities: (1) 3 moving map display, (2) alpha-numeric keypad with
not more than three characters/functions per key, operable while
wearing flight gloves, (3) not less than 99 programmable waypoints, (4)
estimated time enroute/time of arrival, (5) altitude information, (6)
ground speed in knots, (7) course deviation display with remote display
capability, (8) distance to next waypoint, (9) cross track information,
(10) wind information, (11) satellite tracking information, (12)
aircraft track information, (13) mission specific pages setup, (14)
storage of commonly flown routes, (15) display of ground speed,
distance to next waypoint, time to next waypoint, cross track, and
aircraft track information on one screen, (16) updateable and storable
worldwide database, updateable at unit level, (17) single stroke
toggle between screens, (18) night illumination of keypad and display
with adjustable lighting, (19) operable on disposable or rechargeable
battery, (20) operable on external aircraft power, (21)
electromagnetically compatible with other aircraft systems as defined
by RTCA/DO-160C, Section 15, Magnetic Effect as well as performance
parameters demonstrated in Test Methods RE102, CE102, and RS103 of
MILSTD-461D, CLIN 0002 - Engineering Support, Firm Fixed Price,
descriptive data: The contract shall provide 40 hrs (1 week) of
technical support for centralized Air Force training program
(approximately 50 people) at Scott AFB, IL (include travel,
subsistence, rental car, lodging for a week, and training materials).
CLIN 0003 - Data, Firm Fixed Price, Not Separately Priced, quantity:
1023, descriptive data: operational and maintenance manuals, and high
quality VHS training tape(s) addressing the Hardware Kits installation
and operation. Hardware Kits shall be shipped Free on Board (FOB)
destination. One kit shall be delivered to the U. S. Army Electronic
Proving Ground, Ft Huachuca, Arizona not later than 24 July 1996. All
remaining kits shall be delivered to operational Air Force units not
later than 15 August 1996. Contractors shall base shipping price on
delivery to 55 Air Mobility Command (AMC) bases with 15% of total
Hardware Kits being shipped outside CONUS. Delivery addresses will be
supplied before contract award. It is imperative that the contractor
meet the delivery schedule. Interested offerors shall submit Technical
Proposals consisting of Statements of Capabilities (SOC), product
literature, technical features, and warranty provisions which clearly
show they comply with the governments minimum technical requirements
listed in CLIN 0001 and CLIN 0002. Technical Proposals shall be
submitted to SMC/CZK (ATTN: CC Coleman), 2435 Vela Way, Suite 1613, Los
Angeles AFB, CA 90245-5500 and be received by SMC/CZK no later than
1200 hrs PST, 03 Jul 96. Cost Proposals with completed model contract
shall be summitted separately to SMC/CZK (ATTN, CC Coleman), 2435 Vela
Way, Suite 1613, Los Angeles AFB, CA 90245-5500 and received on later
that 1200hrs, 05 Jul 96. The government will then evaluate Technical
Proposals to determine responsiveness to the government minimum
technical requirements set fourth above. The contract will be awarded
to the offeror whose Technical Proposal meets the governments minimum
requirements at the lowest proposed firm fixed price. The government
intends to evaluate offers and award a contract without discussions
with offerors, reference FAR clause 52.212-1 (g), on 08 Jul 96.
Therefore, the offeror's initial offer should contain the offeror's
best terms from a price and technical standpoiont. However, the
Government reserves the right to conduct discussions if later
determined by the contracting officer to be necessary. The Government
may reject any or all offers if such action is in the public interest,
and waive informalities and minor irregularities in offers received.
Contract award is scheduled for 08 Jul 96 and will be based on the
lowest priced proposal whose Technical Proposal meets the governments
minimum requirements. In a case where two or more firms submit
Technical Proposals which meet the government minimum requirements and
submit equal, lowest firm fixed prices, contract award will be based
on technical superiority. The Government intends to pursue full and
open competition, small business having the capability to provide such
effort are encouraged to participate, proposals from aforementioned
businesses are welcome. Offerors shall use a Standard Industrial Code
of 3812 and a small business size standard of 750. All FAR, DoD FAR
Supplement and other Supplements as applicable thereto are incorporated
into this solicitation. The solicitation document and incorporated
provisions and clauses are those in effect through Federal Acquisition
Circular 90-38. The following FAR clauses are incorporated by
reference 52.212-1, Instructions to Offerors-Commercial (except
paragraphs d and g), 52.212-2, Evaluation-Commercial items, 52.213-3
(except f and g), Offeror Representations and Certifications-Commercial
Items, 52.212-4, Contract Terms and Conditions-Commercial Items,
52.212-5, Contract Terms and Conditions Required To Implement Statutes
Or Executive Orders- Commercial Items, apply to this acquisition. The
following DFAR clauses are incorporated by reference 252.212-7000,
Offeror representations and certifications - Commercial Items,
252.212-7001, Contract terms and conditions required to implement
statutes or Executive Orders applicable to Defense acquisitions of
commercial items. A complete set of terms and conditions applicable to
this acquisition are set forth in the model contract on the WWW site.
An Ombudsman has been appointed to hear concerns from offerors or
potential offerors during the solicitation phase. The purpose of the
Ombudsman is not to diminish the authority of the program director or
contracting officer, but to communicate contractor concerns, issues,
disagreements, and recommendation to the appropriate government
personnel. When requested, the Ombudsman will maintain strict
confidentiality as to the source of the concern. The Ombudsman does not
participate in the evaluation of proposals or in the source selection
process. The Ombudsman, Mr. Leslie Bordelon, can be reached at (310)
363-3818. (0166) Loren Data Corp. http://www.ld.com (SYN# 0212 19960617\58-0002.SOL)
58 - Communication, Detection and Coherent Radiation Equipment Index Page
|
|