Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 1,1998 PSA#2064

Contracts Group, Bldg 588, Mail Stop 32, Naval Air Warfare Center Aircraft Division, Patuxent River, MD 20670-5304

66 -- SYNCHRO/RESOLVER SIMULATORS SOL N00421-98-R-1180 DUE 042098 POC Stephanie Broadhead, Contract Specialist, (301) 342-1825 ext. 210; John Tomechko, Contracting Officer, (301) 342-1825 ext. 142 E-MAIL: Broadhead_Stephanie%PAX9B@MR.NAWCAD.NAVY.MIL, Broadhead_Stephanie%PAX9B@MR.NAWCAD.NAVY.MIL. This is a combined synopsis / solicitation for commercial items prepared in accordance with the format in 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. Solicitation Number N00421-98-R-1180 is issued as a Request for Proposal (RFP). The incorporated document and provisions and clauses are those in effect through Federal Acquisition Circular 97-03 and Defense Acquisition Circular 91-12. THE APPLICABLE SIC CODE IS 3825. The contract line item numbers and items are: CLIN 0001, Base Year: Months 1 through 12. 20 Synchro / Resolver Simulators; North Atlantic Instruments Model # 5300-S3412 or equal. The contractor shall meet all of the minimum salient requirements for CLIN 0001 as follows: The Synchro/Resolver Simulator (SRS) shall be a high accuracy and high resolution Programmable SRS. The SRS will be used as a standard predominantly in the Consolidated Automated Support System (CASS) as an external SRS standard to calibrate the Synchro/Resolver standards and Support Equipment (SE) embedded in the CASS system. The SRS shall have along with the required analog specifications a capability to be fully programmable via the IEEE 488 GPIB and implement fully the Test Program Set (TPS) source code already written and implemented in CASS for the Synchro Generator Measurement Asset (SGMA). The SRS will be used on board ships, in laboratories, and on-site for calibration of CASS. The SRS is a stand alone unit and shall operate independent of CASS if required for other measurement and generation requirements in the DOD calibration community. 1.0 ANALOG SPECIFICATIONS. 1.1 Synchro Generator Outputs -- The Synchro Generator precisely generates synchro output signals which are input into synchro measurement standards in CASS and other synchro measurement devices. The Synchro Generator Outputs shall have this capability over the range of 0 -- 360 degrees from 0 to 90 V rms and frequencies up to 1000 Hz. 1.1.1 -- The Synchro Generator Outputs shall specifically generate the following voltages, frequencies, and shall be within the following limits. Other voltage and frequency combinations not specified below shall be within + 0.0011 degrees or less. 1.1.1.1 90 V @ 60 Hz -- + 0.000833 degrees. 1.1.1.2 11.8 V @ 400 Hz -- + 0.00055 degrees. 1.1.1.3 90 V @ 400 Hz -- + 0.00055 degrees. 1.2 Resolver Generator Outputs -- The Resolver Generator precisely generates resolver output signals which are input into resolver measurement standards in CASS and other resolver measurement devices. The Resolver Generator Outputs shall have this capability over the range of 0 -- 360 degrees from 0 to 90 V rms and frequencies up to 1000 Hz. 1.2.1 -- The Resolver Generator Outputs shall specifically generate the following voltages, frequencies, and shall be within the following limits. Other voltage and frequency combinations not specified below shall be within + 0.000833 degrees or less. 1.2.1.1 11.8 V @ 400 Hz -- + 0.00055 degrees. 1.2.1.2 26 V @ 400 Hz -- + 0.00055 degrees. 1.2.1.3 11.8 V @ 800 Hz -- + 0.00055 degrees. 2.0 PHYSICAL SPECIFICATIONS. 2.1 Size -- 19 inches wide maximum X 4 inches high maximum X 19 inches deep maximum. 2.2 Weight -- 37 pounds maximum. 3.0 CASS Interface. 3.1 Transition Connector -- The SRS shall mate mechanically and electrically to the existing CASS calibration interface device hardware W8-P2. 4.0 PROGRAMMABILITY. 4.1 IEEE 488 GPIB -- The SRS shall utilize and have the IEEE 488 GPIB full programming capability. The GPIB shall be fully implemented in the SRS. The SRS shall operate 100% with and utilize the exact GPIB command set and data map existing in the TPS written for the SRS on the CASS. A copy of the ATLAS program source code is available upon request. 4.2 All front panel capabilities and functions shall be fully accessible and operate via the GPIB. The one exception to this requirement is the power switch. CLIN 0002, Base Year: Months 1 through 12. INSTRUCTION AND TECHNICAL MANUALS IN SUPPORT OF CLIN 0001. 1.0 A technical manual shall be supplied and included with the offer for each SRS. The technical manual supplied with each SRS shall contain the following information: 1.1 Introductory Information -- Describes the SRS, its features, specifications, and capabilities. 1.1.1 Operation -- Instructions for operation of the SRS from the front panel and remotely utilizing the IEEE-488 GPIB. 1.1.2 Theory of Operation -- Functional overview of hardware, Detailed Circuit Analysis, and Functional overview of software. 1.1.3 Maintenance and Calibration Information -- General maintenance and calibration information, Required Test Equipment to complete the tests and procedures in this section, location of major modules or component assemblies, and access procedures. 1.1.4 Troubleshooting Information -- Fault analysis, test procedures for fault isolation. 1.1.5 List of Replaceable Parts -- Reference Designators, Description of Part, Vendor Stock Number, Manufacturer's Supply Code, Manufacturer's Part Number, and Total Quantity. 1.1.6 Schematic Diagrams -- Detailed Drawings showing resolution down to the component level, circuit designations for each component, and values for components for example resistors, capacitors, and etc. CLIN 0003, Option Year 1: Months 13 through 24. Increased quantities of CLIN 0001. 20 Synchro / Resolver Simulators; North Atlantic Instruments Model # 5300-S3412 or equal. CLIN 0004, Option Year 1: Months 13 through 24. INSTRUCTION AND TECHNICAL MANUALS IN SUPPORT OF CLIN 0003. CLIN 0005, Option Year 2: Months 25 through 36. Increased quantities of CLIN 0001. 20 Synchro / Resolver Simulators; North Atlantic Instruments Model # 5300-S3412 or equal. CLIN 0006, Option Year 2: Months 25 through 36. INSTRUCTION AND TECHNICAL MANUALS IN SUPPORT OF CLIN 0005. CLIN 0007, Option Year 3: Months 37 through 48. Increased quantities of CLIN 0001. 20 Synchro / Resolver Simulators; North Atlantic Instruments Model # 5300-S3412 or equal. CLIN 0008, Option Year 3: Months 37 through 48. INSTRUCTION AND TECHNICAL MANUALS IN SUPPORT OF CLIN 0007. CLIN 0009, Option Year 4: Months 49 through 60. Increased quantities of CLIN 0001. 20 Synchro / Resolver Simulators; North Atlantic Instruments Model # 5300-S3412 or equal. CLIN 0010, Option Year 4: Months 49 through 60. INSTRUCTION AND TECHNICAL MANUALS IN SUPPORT OF CLIN 0009. The contractor shall deliver CLIN 0001 through CLIN 0010 within 90 days after the issuance of each delivery order to: Receiving Officer, Supply Department, Bldg. 665, 47179 Vaughn Road, Naval Air Warfare Center Aircraft Division, Patuxent River, MD 20670-1463, Marked for: Bldg. 1403 RD73, Alan G. Smith. Inspection and Acceptance shall be made at destination. FAR 52.212-1 Instructions to offerors Commercial Items (OCT 1995) is incorporated by reference and applies to this acquisition. DFAR 212-301 applies to the Solicitation provisions and contract clauses for the acquisition of commercial items. The provision at 52.212-2 Evaluation Commercial Items (OCT 1995) does not apply to this acquisition. Instead, the following information will be used for evaluation of offerors: an award shall be made to that responsible offeror submitting a technically acceptable proposal and offering the lowest evaluated price. Price shall be the deciding factor among the technically acceptable proposals. To be technically acceptable, the offeror's technical proposal must be evaluated as technically acceptable for the requirement listed above. Technical acceptability will be determined solely on the content and merit of the information submitted in response to this provision. Therefore, it is incumbent on the offeror to provide sufficient technical literature, documentation, ect. in order for the Government to make an adequate technical assessment of the proposal. The price proposal shall be evaluated on the overall lowest price to the Government. A written notice of award or acceptance of an offer, mailed or otherwisefurnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either part. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Each offeror shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial (OCT 1995) with its proposal. The following FAR clauses are incorporated by reference and aply to this acquisition: 52.212-4 Contract Terms and Conditions Commercial Items (OCT 1995), 52.216-21 Requirements (OCT 1995) (fill in: one year after the date of award; however, this period may be extended through the exercise of options), 52.216-18 Ordering (OCT 1995) (fill in: date of award through month 60), 52.217-7 Option for Increased Quantity -- Separately Priced Line Item (MAR 1989) (fill in: 60 days), and 52.217-9 Option to Extend the Term of the Contract (MAR 1989) (fill in: 60 days, 5 years). The clause at 52.212-5 Contract Terms and Conditions Required to Implement Executive Orders Commercial Items (JAN 1996) is incorporated by reference, however, for paragraph (b) only the following clauses apply to this acquisition. 52.212-5(b) : 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate I (OCT 1995), 52.203-10 Price or Fee Adjustment for Illegal or Improper Activity (SEP 1990), 52.219-8 Utilization of Small Business Concerns and Small Disadvantage Business Concerns (OCT 1995), 252.219-7006 Notice of Evaluation Preference for Small Disadvantage Business Concerns (MAY 1995), 52.222-26 Equal Opportunity (APR 1984), 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans (APR 1994), 52.222-36 Affirmative Action for Handicapped Workers (APR 1994), 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (JAN 1988), 252.225-7001 Buy American Act and Balance of Payment Program (JAN 1994). Additionally, each offeror shall include a completed copy of Defense FAR Supplement (DFARS) provision 252.212-7000, Offeror Representations and Certifications -- Commercial Items (NOV 1995). DFARS clauses 252.211-7003 Brand Name or Equal (DEC 1991) and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (NOV 1995) are incorporated by reference, however, for paragraph (b) of 252.212-7001 only the following clauses apply, 252.225-7001 Buy American Act and Balance of Payment Program, 252.225-7012 Preference for Certain Domestic Commodities, 252.225-7015 Preference for Domestic Hand or Measuring Tools, 252.225-7035 Buy American Act -- North American Free Trade Agreement Implementation Act -- Balance of Payments Program Certificate, 252.225-7036 North American Free Trade Agreement Implementation Act, 252.227-7015 Technical Data Commercial Items (NOV 1995), 252.233-7000 Certification of Claims and Requests for Adjustment of Relief 252.247-7024 Notification of Transportation of Supplies by Sea. CONTRACT DATA REQUIREMENTS LIST WARRANTY The contractor shall extend to the Government full coverage of any Standard Commercial Warranty normally offered to a similar commercial sale. Acceptance of the Warranty does not waive the Government's rights under the Inspection Clause, nor does it limit the Government's rights with regard to the other terms and conditions of this contract . In the event of a conflict, the terms and conditions of this contract shall take precedence over the warranty. The warranty period shall begin upon final acceptance of the applicable deliverable listed in the schedule. The manufacturer shall affix calibration and warranty stickers to the equipment. The calibration stickers shall have both calibration and calibration expiration dates. The warranty stickers shall have the contract number and the warranty expiration date. This is a DO rated order. Offers shall either be submitted on the SF1449 or on letterhead stationery, and shall include the following: Schedule of Supplies, technical literature and/or documentation desciptive of the product, FAR clause 52.212-3 and DFAR clause 252.212-7000. Offers are due to Stephanie Broadhead, Contract Specialist, Contracts Competency, Bldg. 588, Ste. 2, Naval Air Warfare Center Aircraft Division, 47253 Whalen Road, Patuxent River, MD 20670-1463, by 2:30 PM Eastern Standard Time 20 April 1998. All responsible sources may submit a proposal which shall be considered by the agency. Information may be faxed to (301) 342-1847 to the attention of Stephanie Broadhead. For information regarding this solicitation, contact Stephanie Broadhead, Code 25521P, telephone (301) 342-1825 ext. 210. Copies of FAR provision 52.212-3 can be found on the Internet at http://www.arnet.gov/far/, and DFARS Provision 252.212-7000 can be found at http://www.dtic.mil/dfars/; for further assistance, call Stephanie Broadhead. (0089)

Loren Data Corp. http://www.ld.com (SYN# 0252 19980401\66-0005.SOL)


66 - Instruments and Laboratory Equipment Index Page