Loren Data Corp.

'

 
 

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

NISE 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