Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 27,1998 PSA#2061

Electronic Systems Center, Global Air Traffic Operations/Mobility Command and Control Systems Program Office (ESC/GA), 75 Vandenberg Drive, Hanscom Air Force Base, MA 01731-2103

16 -- GATM TCAS AND TAWS: PART 2 OF 2 SOL F19628-98-R-0015 DUE 040998 POC Major Jeffery L. Emmons, Contracting Officer, 781-377-7574 John Abisamra, Contarct Specialist,781-377-9024 WEB: ESC Business Opportunities Web Page, http://www.herbb.hanscom.af.mil. E-MAIL: Click Here to E-mail the POC, emmonsj@hanscom.af.mil. THIS IS A CONTINUATION OF THE COMBINED SOLICITATION/SYNOPSIS FOR THE TCAS AND TAWS SYSTEMS (F19628-98-R-0115). //DESCRIPTION: The TCAS II software v. 6.04 shall be provided with a modification kit to TCAS II v. 7.0 (minimum requirements), or TCAS II v. 7.0 (minimum requirements) and beyond shall be provided. The TCAS II shall meet the functional and performance requirements of TSO-C119A. The TCAS II v. 6.04 shall meet functional and performance requirements of RTCA DO-185. The TCAS II v. 7.0 shall meet functional and performance requirements of RTCA DO-185A. The Mode S transponder shall support Level 2. The Mode S transponders (to include control box) shall perform IAW DO-181 for TCAS II v. 6.04 and IAW DO-181A for TCAS II v. 7.0. If the transponder includes Mode 4 IFF, this capability shall comply with STANAG 4193 and shall provide an optional NSA approved cryptographic computer. The TCAS II processor and Mode S transponder shall meet the performance requirements of ICAO Annex 10 and the performance and interface requirements of ARINC 718-4 and ARINC 735-2. Antennas for Mode-S and TCAS, and cockpit displays for RAs and TAs shall be proposed. The TCAS shall also accommodate growth (in capacity, throughput, and interfaces) for future Global Air Traffic Management (GATM) requirements. The TAWS shall be a 4th Generation Ground Proximity Warning System (GPWS) with a digital terrain database that includes the five basic GPWS modes as defined in RTCA DO-161A. Annual database updates shall be provided. The TAWS shall also provide Excessive Bank Angle warnings, Altitude Callouts, Windshear Detection/Alerting, and Terrain Clearance Floor Alerts. The TAWS shall meet the functional and performance requirements of TSO-C92c and FAA N8110.64. The TAWS shall provide for inhibit or deactivation of alerts by flight crew. The TAWS processors shall accept digital or analog aircraft navigation inputs (both types of processors should be proposed). TAWS processors shall provide ARINC 429 and ARINC 708 output interfaces. Terraindisplays to support situational awareness shall be proposed (both non-NVIS and NVIS-compatible). The TAWS shall also accommodate for growth to future enhanced non-proprietary databases. Scope of Effort: Provide a ready source of TCAS and TAWS components capable of supporting a wide range of platforms with ease of contract management, data, and commercial logistics support to meet the urgent need for upgrade of all DoD passenger and troop carrying aircraft. These components and data will be available to the platform SPOs for installation on their aircraft using their system integrators. Logistics support will be made available for components procured on this contract as well as to support existing and future TCAS and TAWS components from the same contractors. Statement of Objectives: A. Acquire commercial Traffic Alert and Collision Avoidance System (TCAS II) and Terrain Awareness and Warning System (TAWS) components for use by multiple aircraft platform SPOs to upgrade their fleets with required Navigation and Safety components as soon as possible. B. Use FAR Part 12 to simplify and expedite the acquisition of commercial components for use by aircraft platform SPOs. C. Acquire data needed to support integration of the TCAS and TAWS components on the platform SPO's aircraft. D. Establish commercial logistics support for the TCAS and TAWS components on this contract. E. Establish commercial logistics support for the TCAS and TAWS components on other aircraft made by contractors receiving awards on this contract. F. Maximize commonality of TCAS and TAWS components procured under this contract across passenger and troop carrying aircraft. G. Logistics Concepts: Maintain current 2-level maintenance concept. Model support provided after Air Transport Association World Airlines Supplier's Guide including accelerated deliveries. Provide commercial Logistics support including an offeror defined standard commercial warranty, supplemental service agreement, turnaround times based on commercial practices, service agreement for accelerated deliveries, service bulletin notifications. Provide sustainment management for core contractor logistics support including repair turnaround times, monitoring, delivery/repair schedules, help desk, and service bulletin notification. H. Provide standard commercial data packages based upon Air Transport Association Specification 100 to include: commercial operators/maintenance manuals; systems delivery and sustainment management data including delivery schedules; service bulletin notifications; maintenance administration data. Provide information sufficient to enable effective monitoring of the status of the items on contract. Status reporting, warranty tracking, service bulletin notifications, and other maintenance and management administrative data shall be accessible via the World Wide Web (WWW). DATE(S)/PLACE OF DELIVERY AND ACCEPTANCE; FOB POINTS: Contractor will be required to deliver supplies within 3 months of receipt of an order for those components listed under CLINs 0001 and 0002. Contractor will be required to perform services within 30 days of issuance of an order for CLINs 0003 and 0004 for the period of one year. Upon issuance of an order, contractor will be required to complete component repairs and return to the Government within 30 days of receipt of each component for CLINs 0005, 0006, 0007 or 0008, or within 24-hours or 72-hours provide repairs or replacement. Contractor will be required to deliver data in accordance with the applicable CDRL for CLINs 0001, 0002, 0003, 0004, 0009, and 0010. Place of delivery will be identified in each individual order. Both F.O.B and acceptance points will be at destination. The Contracting Officer reserves the right at any time prior to initial delivery to change the place of delivery of any ordered supplies at no additional cost to the Government. //PROVISIONS: FAR 52.212-1 (JUN 1997) INSTRUCTIONS TO OFFERORS-COMMERCIAL applies to this acquisition. Addendum: The Air Force intends to award from zero to six Indefinite Delivery/Indefinite Quantitycontracts (from zero to three TCAS Systems and from zero to three TAWS Systems contracts) for the aforementioned recurring requirements. The Offeror shall propose all components/services in priced tables for the Basic TCAS System and/or the Basic TAWS System. The Offeror may also propose additional TCAS and/or TAWS components/services in separately priced tables. Additional components will be evaluated for their benefit to the Government as indicated in the evaluation standards and factors that the evaluation team will use in conducting the aforementioned technical and price evaluation. However, a current limitation of funds may prohibit an immediate award to all successful offerors. Thus the Government requests that all proposals remain effective for 180 days following receipt of said proposals by the Government. All technical and cost information will be evaluated at the same time. Proposals shall be submitted in five parts: Volume 1-Price Tables for each year based on the CLINs identified in this documentalong with any quantity discount. Volume 2-Contractor proposed Statement of Work along with a Subcontracting Plan. Volume 3-Information Other Than Cost and Pricing Data which supports proposed prices. The Government requests recent sales data for the same or similar end items at the proposed quantity prices to allow the Contracting Officer to make a determination on price reasonableness. Volume 4-Technical Proposal. Provide design data package (to include Test Reports, Environmental Analysis Reports and Interface Control Documentation) for non-FAA certified components and/or TSO supporting data package for FAA certified components that verifies compliance with the requirements stated herein. In addition, a sample commercial installation manual shall be provided, as well as proposed logistics strategy/approach. Volume 5-Past Performance Questionnaires. Provide at least five (5) completed questionnaires referencing current or previous customers in which similar components were provided. Sample questionnaires and instructions are available on the HERBB. Volume 5 shall be delivered seven (7) days from the date of this notice. Volume 2 shall not exceed thirty (30) double-spaced, 10 to 12 point font size, typed pages (excluding covers and indexes). No page limits exist on Volumes 1, 3, 4 and 5. Forward six (6) copies of each volume (with the exception of Volume 5 -- three (3) copies only) of the proposal to ESC/GAK (ATTN: Major Jeffery L. Emmons), Building 1606 Room 300, 9 Eglin Street, Hanscom Air Force Base, Massachusetts 01731-2103. Proposals shall be delivered no later than 15 days from the publication of this notice at 1500 hours (EST). Proposal submitted via electronic media will not be accepted. The costs of preparing such proposals in response to this combined solicitation/synopsis is not considered an allowable direct charge to any resulting contracts nor any other Government contract. Firms responding to this request shall indicate if they qualify as a small, small-disadvantaged or woman-owned business. Also, all offerors are reminded to provide a point of contact by name and phone number in the response. In addition, the following clause applies: FAR 52.232-31 INVITATION TO PROPOSE FINANCING TERMS (OCT 1995). FAR 52.215-41 REQUIRMENT FOR COST OR PRICING DATA OR INFORMATION OTHER THAN COST OR PRICING DATA (JAN 1997). // All offers received will be evaluated using the procedures found in FAR 52.212-2 EVALUATION-COMMERICAL ITEMS (OCT 1997) and the following specific evaluation criteria included in paragraph (a) of the provision: "Technical, Past Performance, and Price in descending order of importance. This competitive source selection will be performed in accordance with Air Force Federal Acquisition Regulation Supplement (AFFARS) Appendix BB. Technical factor will be evaluated based on the following two subfactors which are of equal importance: (1) The Terrain Awareness and Warning System (TAWS) and/or Traffic Alert and Collision Avoidance System (TCAS) proposed shall be compliant with all stated Global Air Traffic Management and Navigation Requirements or upgradeable without significant component modifications to meet the full compliance requirements. (2) Proposed strategy presents a sound approach for logistics support to include: meeting Government turnaround times for components requiring repairs, and tracking and distribution of components. TCAS and TAWS Systems will be evaluated separately. Each technical subfactor will receive a performance risk assessment. Performance risk represents the assessment of an offeror's present and past work record to assess confidence in the offeror's ability to successfully perform as proposed. In assessing performance risk, the Government will use relevant present and past performance data to evaluate the technical subfactors listed. Offerors are to note that in conducting this assessment, the Government reserves the right to use both data provided by the offeror and any relevant data obtained from other sources or other efforts. The Government will evaluate proposals for source selection purposes on the basis of the total evaluated price for the Best Estimated Quantity (BEQ) subject to order. The BEQ will be evaluated by averaging the BEQ across all components/services of the same type and then summing to a total evaluated price (i.e., if the offeror proposes 3 different TCAS processors to include interrogators/receivers, 6 different displays, 2 different commercial Mode S transponders, 4 different TCAS antennas and 4 different Mode S antennas; individual component/service prices will be averaged and then applied to the BEQ for each year and then summed to a total evaluated price). The BEQ for each CLIN and component/services is listed on the HERBB. In addition, the Government will review past sales information from the contractor for the same components to evaluate reasonableness of the offeror's price(s). Also, offerors are cautioned against submitting a materially unbalanced proposal. The Government shall analyze proposals to determine whether they are materially unbalanced with respect to the price of the components/services. Proposals that are determined to be materially unbalanced may be rejected. General consideration: During the source selection the Government may perform an Executive In-Plant Review of each of the offeror's facilities to determine each offeror's capability to successfully accomplish the program." Also add the following in paragraph (a) of the provision after "Technical and Past Performance, when combined are": insert "significantly more important than price." Evaluation standards and factors that the evaluation team will use in conducting the aforementioned technical and price evaluation are accessible on the HERBB. No other evaluation criteria will be used in the selection of source(s).//Furthermore the Government requests all offerors include a completed copy of the provisions found at FAR Clause 52-212-3 OFFEROR REPRESENTATION AND CERTIFICATIONS-COMMERCIAL ITEMS (JAN 1997); DFAR 252.212-7000 OFFEROR REPRESENTATION AND CERTIFICATIONS-COMMERCIAL ITEMS (NOV 1995) with any offer.// FAR 52.212-4 CONTRACT TERMS AND CONDITIONS (MAY 1997) does apply to this acquisition in addition to the following clauses: FAR 52.232-29 COMMERCIAL FINANCING (OCT 1995); FAR 52.215-42 REQUIREMENT FOR COST OR PRICING DATA OR REQUIREMENT OTHER THAN COST OR PRICING DATA MODIFICATION (JAN 1997); FAR 52.216-18 ORDERING (OCT 1995) to include the following in paragraph (a) "award of contract" and "31 Dec 2007", FAR 52.216-19 ORDER LIMITATIONS (OCT 95) to include the following in paragraph (a): "$10,000" (b)(1) "$40,000,000"; (b)(2) "$75,000,000"; (b)(3) "14"; (d) "5". FAR 52.216-22 INDEFINITE QUANTITY (OCT 1995) to include in paragraph (d) "31 Mar 2008". FAR 52.216-27 SINGLE OR MULTIPLE AWARDS (OCT 95); AFFAR 5352.216-9001 AWARDING ORDERS UNDER MULTIPLE AWARD CONTRACTS (MAY 1996) Alternative I to include in paragraph (b) "The Government will use technical criteria (commonality with already procured components, mission unique requirements, display needs, ease of integration, and frequency allocation status), the pre-established descriptions, prices, and schedule information, in conjunction with past performance on previous orders awarded under this contract, to determine the appropriate contractor to receive each order.", (d) "ESC/CX at 781-377-5106"; (e) "FAR 52.216-22"; COMPONENT SUBSTITUTION/TECHNICAL REFRESHMENT CLAUSE to read as follows: "The contractor may propose the substitution of current product offerings for those listed on the current tables of the contract when the original product is no longer supported or economically supported in the commercial marketplace. The contractor may also propose additional products not in the current tables of the contract when appropriate. Evidence of such circumstances shall be presented for consideration of the Contracting Officer, along with information concerning the performance characteristics, and compatibility of the proposed substitute/addition with the interfacing equipment. Equipment and components may not be substituted/added without the prior written authorization of the Contracting Officer. Such authorizations shall be contingent upon satisfactory evidence of equivalent performance at a lower price, or significantly enhanced performance at no increase in price, or a combination of enhanced performance at a lower price. In making a determination of compatibility and value as outlined in the foregoing paragraph, elements including, but not necessarily limited to, the following shall be considered: performance characteristics of the same type exhibited by the replaced equipment; operability, including user friendliness and associated operator training requirements; maintainability; ready interface with other elements and components of the overall system in which it is incorporated to include lack of any associated degrading performance of the system or its components as a result of the substitution/addition; and price." FAR 52.232-33 MANDATORY INFORMATION FOR ELECTRONIC FUNDS TRANSFER PAYMENTS (AUG 1996). DFARS 252.227-7015 TECHNICAL DATA -- COMMERCIAL ITEMS (NOV 1995). DFARS 252.225-7000 BUY AMERICAN ACT -- BALANCE OF PAYMENTS PROGRAM CERTIFICATE (DEC 1991).// FAR 52.212-5 CONRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (AUG 1996) is applicable and all clauses under said provisions apply except: paragraph (b) FAR 52.219-14, 52.225-18, 52.225-19, 52.225-21, 52.239-1, and all clauses under paragraph (c). DFARS 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITION OF COMMERCIAL ITEMS (JUL 1997) to include the following clauses: DFARS 252.205-7000; DFARS 252.219-7003; DFARS 252.225-7001; DFARS 252.225-7007, DFARS 252.243-7002.//ADDITIONAL TERMS AND CONDITIONS: Other than the initial delivery order(s), delivery orders will be placed during the following months from 1998 through 2007: March, July, August, and November. Packaging of all ordered items shall be IAW commercial practices. //DEFENSE PRIORITIES AND ALLOCATION SYSTEM (DPAS): The DPAS assigned rating for orders is DO. //APPLICABLE COMMERCE BUSINESS DAILY NOTES: None. //ADDITIONAL INFORMATION: An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or program manager, but to communicate the offeror's concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concerns. The Ombudsman does not participate in the evaluation of proposals or in the selection process. The Ombudsman is Colonel Lee H. Hughes, Director, Commander's Staff, ESC/CX 781-377-5106. The Ombudsman should only be contacted with issues or problems that have previously been brought to the attention of the program manager and/or contracting officer and could not be satisfactorily resolved at that level. The date of receipt of proposals may be amended to provide for subsequent revisions to this notice by the Government. Furthermore, contractors are reminded and cautioned that only Contracting Officers are legally authorized to commit the Government. Address all questions to the Contracting Officer, Major Emmons at (781) 377-7574. Again, due to limited funding all successful offerors may not be awarded a contract immediately. Thus the Government requests the offeror's proposal remains effective for 180 days following receipt by the Government. The Government has contracted with the MITRE Corporation for the services of the technical group, which under the program management of the Electronic Systems Center is responsible to the Government for overall technical review of certain programs, including the efforts under this contract. The MITRE Corporation has agreed not to engage in the manufacture or production of hardware or software, to refrain from disclosing proprietary information to unauthorized personnel, and to not compete with any profit-making concern. By submission of an offer, the offeror agrees to cooperate with the MITRE Corporation by engaging in (0083)

Loren Data Corp. http://www.ld.com (SYN# 0199 19980327\16-0002.SOL)


16 - Aircraft Components and Accessories Index Page