Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 16,1998 PSA#2052

Crane 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