|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 16,1998 PSA#2052Crane Division, Code 1165, Naval Surface Warfare Center, 300 Highway
361, Crane, IN 47522-5001 H -- TEST EQUIPMENT SOL N00164-98-R-0054 DUE 040898 POC Kathy King,
Code 1165ZP, 812-854-3734, FAX 812-854-3465 E-MAIL: Click here to reach
contract specialist, pollock_v@crane.navy.mil. CLIN 0001, minimum 1,
maximum 5 to develop interface hardware, software Automated Functional
Test documentation operating on the Avtron Model K825 Universal
Automatic Test Set for the following subassemblies: CH-47 Generator
Control Panel subclin 000101 (minimum 1), subclin 000102 through 000105
for AH-64 Generator Control Unit, UH-60 Digital Electronic Sequence
Unit, SH-60 Battery Charger and SH-60 Battery Conditioner/Analyzer.
Request for Proposals are being solicited on a sole source basis using
a SOW in order to award a firm-fixed price 18 month, indefinite
delivery indefinite quantity contract. Deliveries of the system will
start 180 days after effective date of order. Delivery shall be FOB
Destination to Corpus Christi Army Depot (CCAD). SIC code 8811 number
of Employees $20 million. The agency authorized to place delivery
orders against this contract is: Crane Division, Naval Surface Warfare
Center (NAVSURFWARCENDIV Crane), Crane, IN 47522. This is a combined
synopsis/solicitation for commercialitems 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 a written
solicitation will not be issued. The solicitation document and
incorporated provisions and clauses are those in effect through Federal
Acquisition Circular (FAC) 97-03, DAC 91-12, NAPS 97-4, NAVSEA CLAUSE
BOOK CHANGES THRU 93-4 & NAVSEA Procurement Policies & Guidance through
98-34). The following provisions apply to the solicitation: 52.212-1,
Instructions to Offerors-Commercial; Addendum 1; Paragraph D-Delete;
Paragraph E-Delete; Paragraph G -- Add-Award may be made without
holding discussions; Paragraph H-Delete; Add Paragraph J -- Faxed
quotes are acceptable (Fax to 812-854-3465 or 812-854-5666); Add
Paragraph K-Contractor's Standard Commercial Practice for Quality is
acceptable to the government. Add to paragraph: Standard commercial
warranty (NAVSURFWARCENDIV).52.212-2, Evaluation-Commercial items.
Addendum 2 -- Change paragraph (a) as follows: The government intends
to make a single award to the responsible contractor whose offer is the
most advantageous to the government considering price and price-related
factors. Paragraph B -- Delete. 52.212-3, Offerors Representations and
Certifications-Commercial Items (MUST be completed and returned with
Offer). Additional clauses: 52.212-4, Contract Terms and Conditions
Change paragraph o as follows: The Government's requires a one year
warranty. 52.212-5, Contract Terms and Conditions Required to Implement
Statutes or Executive Orders-Commercial Items (other applicable
clauses) 52.222-3, 52.233-3, 52.203-6, 52.203-10, 52.219-8, 52.222-26,
52.222-35, 52.222-36, 52.222-37,52.247-64, 52.215-2. Value of GFE will
be indicated in individual delivery orders. Other clauses incorporated
(in full): Expediting Contract Closeout (NAVSEA) (DEC 1995); Special
Notice; Year 2000 Warranty -- Commercial Supply Items (NAVSEA)
(NOV1996); Marking of warranted items in accordance with
(NAVSURFWARCENDIV). 252.212-7001, Contract Terms and Conditions
required to Implement Statutes or Executive Orders Applicable to
Defense Acquisitions of Commercial Items, (clauses incorporated by
reference 252.225-7006,252.225-7001,252.243-7002,252.225-7012,
252.227-7015, 252.227-7037,252-233-7000). Other applicable FAR and DFAR
clauses (incorporated be reference): 52.203-03, 52.211-6, 52.211-7,
52.211-15, 52.212-10, 52.215-12, 52.216-18 fill in paragraph a blanks
as follows: from 1 day through 18 months. 52.216-19 paragraph (a)
fill-in blanks as follows: Minimum Order. one unit paragraph (1) (2) 5
items; paragraph(3) 15 days., 52.216-22 fill in paragraph: delivery of
the last delivery order issued under this contract., 52.217-8,
52.223-13, 52.225-10, 52.225-11, 52.232-18, 52.242-15, 52.247-34,
252.211-7003, 252.212-7000, 252.225-7000, 252.225-7001,
252.227-7001,252.227-7020, 252.227-7032. DPAS rating is DO. Offers are
to be submitted to NAVSURFWARCENDIV CRANE, CODE 1165ZH, BLDG 64, 300
HIGHWAY 361, CRANE, IN 47522-5001 or FAXED to 812-854-3465/5666 no
later than 01 APR 1998 2:00 pm EST. The Statement of Work for
Development of Automated Functional Tests (ATF) Operating on the Avtron
Model K825A Universal Automatic Test Set Scope. This Statement of Work
(SOW) sets forth the Government's minimum 1, maximum 5 requirement for
the contractor to develop individual automated functional tests for the
following items: (1) CH-47 Generator Control Panel (GCP), nsn
1680-00-181-4303 (2) AH-64 Generator Control Unit (GCU), nsn
6110-01-238-3953;(3) UH-60 Digital Electronic Sequence Unit, nsn
6110-01-328-5258; (4) SH-60 Battery Charger, nsn 6130-01-114-9690 ; (5)
SH-60 Battery Conditioner/Analyzer, nsn 6130-01-208-7802. Government
Furnished Information. The Government Furnished Information (GFI)
listed above will be provided at the time of contract award and shall
be returned to the government upon completion of delivery order(s).
DMWR 55-1680-288-Depot Maintenance Work Requirement for Generator
Control Panel, Dtd 29 May 92 Government Furnished Equipment. The
Government Furnished Equipment (GFE) listed below will be provided
within 30 days after the issuance of the delivery order, on DD-1149,
and shall be returned to the government upon completion. The
government's minimum quantity is for the AFT for 51500-008
(114ES249-13) CH-47 Generator Control Panel ("A" -- condition).
Applicable Documents. NONE CITED Requirements. The contractor shall
furnish the labor, material, hardware, facilities and resources to
develop an ATF to functionally test item (1) of paragraph 1.0. The test
shall include the necessary hardware and software to operate on all
Avtron Manufacturing, Inc. -- K825A Test Sets owned by Corpus Christi
Army Depot (CCAD). The hardware will include, but may not be limited
to, interface devices, (adapters, fixtures, interconnecting cables,
etc.), and required test equipment that is not part of the K825. The
contractor shall assign a part number to all hardware components of the
TPS. A part number is to be assigned to each hardware interface device,
circuit assembly and piece part -- special made and off-the-shelf. For
off-the-shelf piece parts the original manufacturers part numbers are
to be assigned. The contractor shall assign a reference designator to
each active and passive electronic component associated with the TPS.
Each microelectronic device, (microcircuit, resistor, transistor,
transformer, etc.), as well as, each connector, terminal block, test
point, switch, and the like, will be assigned a reference designator.
The same reference designator may not be assigned to more than one
component on any given circuit card assembly (CCA). The contractor
shall attach a label to each hardware component of the TPS. Hardware
interface devices and circuit assemblies shall be labeled with their
corresponding part number as assigned in paragraph 3.2. All components
shall be labeled with their corresponding reference designator as
assigned in paragraph 3.3. The contractor shall develop a Technical
Data Package (TDP) containing, as a minimum, the following information:
Operator procedure to include instructions for installation, setup and
use of the TPS hardware and software An all-inclusive list of test
equipment and hardware required to conduct all Unit Under Test (UUT)
testing and TPS hardware verification; Test setup diagrams illustrating
equipment and hardware connections required to perform all tests and
TPS verification; A document reference list to include document number,
title, revision, and revision date of all technical documentation which
was required to develop the TPS (including all government furnished and
original equipment manufacturers documentation); Written explanation of
any deviations from the test and troubleshooting procedures contained
in the corresponding DMWR specified in paragraph 1.1; Test program
source code; All supporting software files required for test program
execution (i.e., setup files, database files, etc.); A test report of
a passing UUT;Schematics for all contractor-supplied hardware --
denoting all components with corresponding reference designators and
notes specifying all wire types and sizes; A complete material list to
include all contractor-supplied piece parts. The list is to be
subdivided by hardware interface device, CCA and subassembly such that
it is clear which piece parts correspond to each item. The list shall
include, for each piece part, an item number, nomenclature,
description, quantity required, the contractor-assigned part number
(see paragraph 3.2 for applicability), the contractor-assigned
reference designator (see paragraph 3.3 for applicability), and the
original manufacturer's Commercial and Government Entity (CAGE) code.
The TPS shall incorporate all testing and troubleshooting procedures
included in Chapter 4 of the DMWR specified in paragraph 1.1. The test
program shall perform all tests automatically in the same order as
they appear in this DMWR. The automated TPS shall isolate the faults as
described in Troubleshooting Tables 4-3, 4-4, 4-5, 4-6 and 4-7 of the
DMWR. When testing of the UUT is completed or terminated prior to
completion, the automated test shall provide the option to print a test
report containing the following information: Location of Test Facility
Test Station Part Number and Serial Number; Operator Identification;
UUT Part Number and Serial Number; Test Date and Time; Test Executive
Software Part Number, Revision, and Revision Date; UUT Test Software
Part Number, Revision, and Revision Date; Adapter Part Number and
Serial Number; Individual Test Information (including: Test Step
Number, Test Description, Test Measurement, Minimum and Maximum
Acceptable Test Measurement Parameters, and "PASS/FAIL" Label). NOTE:
The test program shall prompt the test operator to input items (1)
through (4) prior to beginning the test of the UUT. Items (5) through
(9) are to be automatically generated by the test software. All test
data shall appear in the same order as the tests are performed,
(reference paragraph 3.6, above). The test descriptions listed in the
test report, per paragraph 3.7, shall be given the titles as listed
under the heading Procedure in figure 4-1 of the DMWR specified above,
in paragraph 1.1. The contractor will be required to include a
written, step-by-step procedure enabling the test operator to
functionally verify and troubleshoot all circuitry within the hardware
of the TPS. This procedure shall include a functional description of
each circuit to be verified. All required test equipment, input
stimulus and measurements shall be specified within the procedure.
Interface hardware required to perform this verification will be
furnished by the contractor and will be considered a hardware component
of the TPS. As such, part numbers shall be assigned as required in
paragraph 3.2. This procedure shall not rely on the use of special test
equipment, other than the K825. Common bench-top equipment may be
employed. The contractor shall assign a unique title and part number to
each manual, drawing anddiskette containing information specific to the
operation, maintenance and troubleshooting of the TPS. All
documentation and diskettes shall be labeled with their corresponding
part number and title. Schematics that are incorporated into manuals
shall be labeled with the part number of their corresponding device.
The contractor shall perform installation, demonstration and validation
on-site at CCAD. Scheduling shall be as set out in 3.12. The contractor
shall install all necessary software and hardware on all K825 Test Sets
located at CCAD. The contractor will be required to demonstrate that
the automated TPS performs all testing and troubleshooting as required
in 3.6. Demonstration shall include a no failure test and the
insertion of up to ten faults to demonstrate the fault isolation and
troubleshooting capabilities of the TPS. In addition, the contractor
will demonstrate the TPS verification procedure developed as specified
in paragraph 3.9. While on-site at CCAD, the contractor shall train
two Government personnel to perform testing and troubleshooting of the
CH-47 GCP using the TPS. The Government estimates the period of
performance for this SOW to be 180 days after the contract is awarded.
The Contractor is to notify Government Contracting Officer 14 days
prior to testing and training. Data Deliverables for this Statement of
Work. This Section lists all data described in Exhibit "A" to ensure
that the data requirements are recognized. Para.of Sow Data
Requirements Title ELIN DID No. 3..5 Test Program Documentation (TDP)
A001 DI-MNTY-80873. Data may be requested from V. Pollock 812-854-3683.
Note # 22. (0070) Loren Data Corp. http://www.ld.com (SYN# 0046 19980316\H-0001.SOL)
H - Quality Control, Testing and Inspection Services Index Page
|
|