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