Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 29,1996 PSA#1731

US SPECIAL OPERATIONS COMMAND, ATTN:AMSAT-D-TK, 4300 GOODFELLOW BLVD., ST. LOUIS, MO 63120-1798

16 -- DISPLAY, MULTIFUNCTIONAL, FLAT PANEL, COLOR, REQUIREMENTS CONTRACT WITH MINIMUM QUANTITY OF 24 AND MAXIMUM QUANTITY OF 250 UNITS SOL USZA95-97-R-0003 DUE 121296 POC Darrell L. Dodds, (314) 263-0852 - ddodds@tapo1.stl.army.mil; Kay Hucke, (314)263-3299 DISPLAY, MULTIFUNCTION, FLAT PANEL, COLOR This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in 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. This solicitation is issued as a Request for Proposal (RFP) and the solicitation number is USZA95-97-R-0003. This solicitation document and incorporated provisions and clauses are those in e ffect through Federal Acquisition Circular 90-42. The Standard Industrial Classification (SIC) code is 3728 and the Business Size Standard is 1000 employees. The commercial item to be quoted is a Display, Multifunction, Flat Panel, Color, FDS-255M (manufactured by Rockwell Collins Avionics and Communications Division, Cedar Rapids, IA 52498-0120, (319)295-5100) or equal. This contract shall be a firm fixed price requirements contract with a minimum of 24 units and a maximum of 250 units. If proposal is submitted on a n equal product, the manufacturers name, brand, model or part number, and complete description with literature shall be submitted. The submittal must demonstrate that the proposed product is equal to the desired commercial item. This is a multifunction, flat panel, color display with a smart head capable of accepting a wide variety of inputs from numerous aircraft navigation sources and sensors, and displaying them based upon commands from an unlegended lighted key bezel with mounted controls. All of th e inputs and outputs are processed within the flat panel displays. The flat panel display is capable of automatic configuration to the HSI and ADI formats using discrete and is able to display both formats simultaneously. The flat panel display has the capability to support HSI, ADI, Arc Map, 360 degree Map, Primary Flight Display, and Hover modes. In addition, the flat panel display is capable of displaying personnel locator system information. The flat panel display has MIL-STD-1553B, ARINC 429, ARINC 561, ARINC 582, and ARINC 575, RS-422, synchro, analog, and discrete signal interfaces. The flat panel display also has growth potential to interface with color radar systems and RS-170 video. The flat panel display fits in the same space as the current HSI/ADI units (5.08 x 5.08 x 8.75) not including the soft key bezel. The flat panel display provides a minimum of a 4.22 x 4.22 viewing area. The flat panel display has a sufficiently large viewing angle to allow cross cockpit viewing (a minimum of +/- 65 degrees). The flat panel display is Night Vision Imaging System (NVIS) compatible per MIL-I-85485A, Type I, Class A (blue, green) and Class B (all colors). The flat panel display utilizes standard aircraft 28 VDC power. The flat panel display is qualified to operate in an US Army helicopter for environment, electromagnetic interference, electromagnetic compatibility, and electromagnetic vulnerability. The flat panel display, including the backlight, provides a reliability of at least 10,000 hour s at 25 degrees C in an US Army helicopter environment. Delivery shall start in March of 1997 at the rate of six (6) displays per month to XU Munitions Storage Point, Lexington Blue Grass Army Depot, Blue Grass Activity, Richmond, KY, 40475-5000, on Document No. W58H0Z6271A181, attention Lemois Bailey/Curtis Harold. The provision at 52.212-1, Instruction to Offerors--Commercial Items, applies to this acquisition and No addenda applies. The provision at 52.212-2, Evaluation--Commercial Items applies to th is acquisition with the blanks filled in as follows: Firm Fixed Price, Low Acceptable Quote. Offers shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items, with the offer. The clause 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition. No addenda applies. The clause at 52.212-5, Contract terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items applies to this acquisitio n to include 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate 1; 52.203-10 Price or Fee Adjustment for Illegal or Improper Activity; 52.219-8 Utilization of Small Business Concerns and Small Disadvantaged Business Concerns; 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; 52.225-9 Buy American Act--Trade Agreements Act--Balance of Payments Program; and 52.247-64 Preference for Privately Owned U.S. Flag Commercial Vessels. In addition to the foregoing FAR provisions, the following DFARS provisions are applicable: 252.225-7006, Buy American Act Trade Agreements Balance of Payments Program Certificate; 252.212-7000, Offeror Representations and Certifications Commercial Items (note - a completed copy must be returned with your offer); 252.212-7001, Contract Term s and Conditions Required to Implement Statutes Applicable to Defense Acquisitions for Commercial Items the following particular provisions cited within 252.212-7001 apply to this acquisition: 252.219-7006, Notice of Evaluation Preference for Small Disadvantaged Business Concerns (Alternate 1); 242.225-7014, Preference for Domestic Specialty Metals; and 252.233-7000, Certification of Claims and Requests for Adjustment of Relief. The DPAS rating assigned to this acquisition is DOA1. Proposals will b e received at US Special Operations Command, Technical Applications Contracting Office, AMSAT-D-TK (ATTN: D Dodds), 4300 Goodfellow Blvd., St. Louis, MO 63120-1798, telephone (314) 263-0852 until 3:00 p.m. local time 13 Dec 1996. (0331)

Loren Data Corp. http://www.ld.com (SYN# 0130 19961127\16-0001.SOL)


16 - Aircraft Components and Accessories Index Page