|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 29,1996 PSA#1731NISE East Charleston, Contracts Division, P.O. Box 190022, N.
Charleston, S.C. 29419-9022 58 -- INTEGRATED PORTABLE WIREFREE COMMUNICATIONS SYSTEMS, HYDRA SOL
N65236-97-R-0312 DUE 113096 POC Contact Nina Burgsteiner, Code 1115NB,
(803)743-4362, Contracting Officer, Jean C. Duncan. Naval Command,
Control and Ocean Surveillance Center, In-Service Engineering, East
Coast Division (NISE East) is announcing as a combined
synopsis/solicitation for commercial items in accordance with the
format in FAR subpart 12.6 as supplemented with additional information
included in this notice. This procurement is intended to be a firm
fixed priced, sole source contract to Ericsson Inc. located at Room
4200A, CSC Bldg., Mountain View Road, Lynchburg, VA 24502. Material
requested is commercial AN/SRC 55 equipment Ericsson Federal Systems
P/N 350A2042 required to provide USS Eisenhower, CVN-69, with HYDRA
Flight Deck Communications system capability. (SEE Note 21) RFP No.
N65236-97-R-0312 applies and incorporates provisions and clauses in
effect through Federal Acquisition Circular 90-37 and Defense
Acquisition Circular 91-10. The SIC is 5831. A Defense Priorities and
Allocations System rating of DOC9 applies. The requirement is for a
firm fixed price contract with one (1) line item. Line item 0001:
Quantity/Unit of Issue - one (1) each unit: AN/SRC 55 Ericsson P/N
350A2042 HYDRA Flight Deck Function System. The HYDRA is an Integrated
Portable Wirefree Communications System. The contractor shall provide
all equipment required to properly interface the Flight Deck
Communications function of the HYDRA system with the remainder of the
HYDRA system currently operational on USS Eisenhower. This includes
equipment to do the following: (1) Primary Flight Control Airboss
Preemption, (2) Primary Flight Control Miniboss Preemption, (3) Flight
Deck Control Aircraft Handler (ACHO) Preemption, (4) Flight Deck
Control Carrier Air Group Chief (CAG) Preemption, (5) Interface to 5MC
Announcing Circuit, (6) HYDRA Flight Deck System Capacity, (7) HYDRA
Flight Deck Space Fixed Equipment, and (8) HYDRA Flight Deck User
Portable Equipment. The equipment that comprises the system provides
critical combat readiness in flight deck operations and safety. The
HYDRA equipment is used to coordinate aircraft launches, landings,
movements, and logistics (including aircraft refueling, ammunition
loading, maintenance, etc.). The Government Furnished Property will be
as follows: eight (8) each MASTR II Repeaters for turn-in credit, one
(1) each Trunking System Manager Module, Drawing # 1046006-004 to be
refurbished and integrated into the final deliverable system and one
(1) each Dispatcher Console Module, Drawing #104606-005 to be
refurbished and integrated into the final deliverable system. The final
deliverable system will be tested at the contractor's facility as
required to ensure proper operation, using contractor's test
procedures. Contractor will provide Technical Operation Manuals
required to operate and support the final deliverable system.
Contractor will provide three (3) copies for all units of Commercial
Technical Manuals, two (2) copies of Installation control drawings and
Installation Instructions, two (2) copies of parts lists, five (5)
copies of System Software Programming Instructions, one (1) each
training materials per student, two (2) copies of Hardware and Software
Configuration Change Lists to Commanding Officer, NISE East, Attn: M.
Sailor or M. Le, Code 514, P.O. Box 1376, Norfolk, VA 23501-1376 for
the life of the equipment which will include contractor's configuration
management equivalents of hardware parts lists and software applicable
version lists, not the actual upgraded software, and one (1) each test
report within 10 days of each change. The contractor will be required
to modify the flight helmets as necessary to integrate the flight deck
radios, assist the government personnel, or other contractors, who are
installing the final deliverable system, perform, with assistance from
government personnel or other contractors, all necessary
post-installation checkout testing to ensure proper operation. Provide,
all necessary parts to make the system operational for
post-installation checkout testing, perform any necessary initial
system programming, after developing the operational requirements in
conjuction with government personnel, conduct training as required for
shipboard personnel who will operate, maintain, and re-program the
installed system, provide one set of spare parts for the final
deliverable system, to consist of all replacement parts predicted to be
required during the first year of operation. The government reserves
the right to copy the technical documentation as required for
maintenance and repair of the equipment and to make archive copies of
the software. Inspection/Acceptance: At Contractor's Facility. Required
Delivery Date: Within 30 days of the receipt of the award. Place of
Delivery: To be determined at the time of award. The following
provisions/clauses apply to this acquisition: 52.212-1, Instructions to
Offerors--Commercial Items, 52.212-2, Evaluation--Commercial Items,
52.212-3, 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, 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, and 252.225-7035, Buy American Act--North American Free Trade
Agreement Implementation Act--Balance of Payments Program Certificate,
Clause 52.212-5, paragraph (b), tailored to incorporate the following
clauses by reference: 52.203-6, Restrictions on Subcontractor Sales to
the Government (alt. 1), 52.303-10, Price or Fee Adjustment for Illegal
or Improper Activity, 52.219-8, Utilization of Small, Small
Disadvantaged and Women Owned Small 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 Veteran and
Veterans of the Vietnam Era and 52.245-2 Government Furnished Property.
DFARS Clause 252.212-7001 is tailored to include: 225.205-7000,
Provision of Information to Cooperative Agreement Holders,
252.206-7000, Domestic Source Restriction: 252.225-7001, Buy American
Act and Balance of Payments Program, 252.225-7012, Preference for
Certain Domestic Commodities, 252.233-7000, Certification of Claims and
Requests and NAVSUP clause 5252.245-9401, Government Furnished Property
Made Available. The closing time/date for receipt of offers is 3:00 PM
EST, 06 DEC 96. Offers are to be mailed to the following address: NISE
East, P.O. Box 190022, Attn: Code 1115NB, North Charleston, SC
29419-9022. The point of contact for information regarding this
solicitation is: Nina Burgsteiner, Code 1115NB, (803) 743-4362 or fax
(803) 743-6160. (0331) Loren Data Corp. http://www.ld.com (SYN# 0202 19961127\58-0001.SOL)
58 - Communication, Detection and Coherent Radiation Equipment Index Page
|
|