|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 27,1998 PSA#2082HQ Electronics Systems Center, MILSATCOM Terminals Program Office,
ESC/MCK, 50 Griffiss St., Hanscom AFB, MA 01731-1620 59 -- ELECTRO MAGNETIC PULSE (EMP) HARDENED INPUT-OUTPUT SUITE
(COMPUTER AND PRINTER) SOL F19628-98-R-0021 DUE 050298 POC Stephen
DiLustro, Contract Specialist, 781-271-6283; Joseph Zimmerman,
CONTRACTING OFFICER, 781-271-6279 WEB: ESC Business Opportunities Web
Page, http://www.herbb.hanscom.af.mil. E-MAIL: Click Here to E-mail the
POC, DiLustroS@hanscom.af.mil. (i) RFP F19628-98-R-0007 dated 15 Dec
1997 is hereby cancelled due principally to changes in temperature
requirements and is superseded by the following. This is a combined
synopsis/solicitation for commercial items 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. A written
solicitation will not be issued. (ii) Solicitation No. F19628-98-R-0021
is issued as a Request for Proposal (RFP). Contractors responding to
this RFP must have a US clearance throughout the contract period of at
least SECRET. In performing this contract the contractor will: require
access to "for official use only information," receive and generate
classified material and fabricate, modify or store classified material.
The contractor shall ensure compromising emanations (EMSEC) conditions
relating to this contract are minimized. The minimum EMSEC security
requirements forthis contract are that all classified
components/systems shall remain at least three feet from any
unclassified components/systems. The contractor is to include facility
security clearance information with proposal. (iii) This RFP
incorporates provisions and clauses in effect through Federal
Acquisition Circular 97-04. (iv) This RFP is not a Small Business
set-aside or a Small Business Competitive Demonstration Program. (v) A
Firm Fixed Price Indefinite Delivery/Indefinite Quantity contract will
result from this solicitation. ESC/MCS requires an initial minimum
quantity of one (1) EMP Hardened Computer and Printer Suite and CLIN
0002 First Article Test Support. The Government intends to test this
Computer and Printer Suite to determine if it meets the requirements
listed below. This is a potential total maximum Indefinite Delivery /
Indefinite Quantity (ID/IQ) acquisition of one hundred eleven (111)
each. In summary, in addition to the EMP Hardened Computers and
Printers, ESC/MCS has a requirement for User Manuals, and a Standard
Warranty package. The CLIN structure for this procurement is as
follows: CLIN 0001, EMP Hardened Computer and Printer, User's Manual
and Standard Warranty to be priced in a table beginning with 1 unit,
lots of 1-10 and continuing by lots of 10 units through the maximum lot
of 111 units; CLIN 0002, First Article Test Support. (vi) EMP Hardened
I/O Suite Description: a. The following special requirements apply:
(1) The I/O suite shall survive and operate without degradation after
complete exposure to a High Altitude Electromagnetic Pulse (HEMP)
environment per MIL-STD-2169B (S). The I/O (Computer and Printer) Suite
must survive current surges on any of its pinouts (signal or power)
with the following characteristics: voltages of up to 1200 volts,
currents of up to 5 amps, 10 nanoseconds rise time, 1 microsecond full
width half maximum. This protection may be built into the cable sets.
The I/O Suite shall pass FCC part 15 or a government approved
equivalent standard. b. The following ordinary requirements apply: (1)
Overall I/O Suite: Each I/O Suite shall consist of a computer, a
printer, all necessary shielded cables, software, and packaging of all
the components in two or three transit cases or ruggedized enclosures,
each equipped with a single handle for carrying. There are two
different uses for the Computer and Printer Suite, one being at fixed
site installations where the I/O Suite will be indoors and the other
being an outdoor application where the I/O Suite will be transported to
various locations. For the latter application, the ability to run off
DC and operate in a tough environment are important. In the interest of
a common equipment purchase for the I/O Suite, it is assumed that one
common set of equipment is more cost effective than two. The contractor
will propose one solution for the two applications. (2) Computer -- The
computer shall have -- Speed: 166 MHz minimum -- RAM: 32 MB minimum --
Floppy Disk: 1.44 MB -- Hard Drive: 1 GB minimum -- One or more
Industry Standard Architecture (ISA) Expansion Slots desirable --
Application Software supported: Windows 95, Windows NT and MS-DOS 6.2
-- Communication Software: for operator programming of I/O and printer
ports, for Full Duplex communications on each port, for flow control
on each port. (3) Display -- The display shall be a 14 inch diagonal
(or longer as a goal) color display -- Sun-readable -- Flat panel
preferable to CRT. (4) Keyboard: -- The keyboard shall have or be -- 81
key QWERTY -- Mouse: built in or external -- Spillproof --
Weatherproof. (5) Printer : The printer shall have the following
characteristics -- Full ASCII character sets of at least 64 and 96 --
1 MB input buffer desirable -- It is preferable that the printer use
ordinary 8 " X 11" paper, but other sizes and types are acceptable.
Fanfold or sheet feed is preferable to roll. -- Characters per line --
minimum 80, 132 etc. being desirable -- Line speed shall be 60
characters/sec minimum. -- (6) Computer I/O Ports -- I/O ports -- all
must be able to operate simultaneously -- full duplex, serial,
threshold number is 2, goal is 4 -- Port speed (each): 75, 150, 300,
600, 1200, 2400, 4800, and 9600 bps Asynchronous and Synchronous (mode
/ protocol operator selectable per port) -- RS-232 / MIL-STD -- 188C
Serial (Asynchronous) 1 Stop bit, 7/8 data bits, 1 Parity bit, 1/2 Stop
bits Sig Gnd, Shield Gnd, Active signals: DTR, DSR, RTS, CTS, TD, DCD,
and RD, Driving distance: 50 feet minimum. -- RS-422/423 /
MIL-STD-188-114 Serial (Synchronous) Unbalanced drivers and balanced
receivers 8 bit characters -- Printer port (if printer is an external
device) Port speed: 75, 150, 300, 600, 1200, 2400, 4800, and 9600 bps
Asynchronous and Synchronous (mode / protocol operator selectable)
RS-232 / MIL-STD-188C Serial (Asynchronous) 1 Stop bit, 7/8 data bits,
1 Parity bit, 1/2 Stop bits, Sig Gnd, Shield Gnd, Active signals: DTR,
DSR, RTS, CTS, TD, TC, ST, DCD, RD and RC. Driving distance: 50 feet
minimum. (7) Power: The I/O Suite shall operate on both 115-vac, 47-63
Hz as well as on 20-33 vdc. (8) Ruggedization: The Computer and
Printer Suite packaged in Transit Cases or in ruggedized containers
shall be sufficiently rugged that the equipment will operate as
specified following air and ground transport. (9) Temperature: The I/O
Suite shall be capable of operating as specified in temperatures of --
15 degrees C to + 49 degrees C, and after storage in temperatures of --
40_degrees C to + 70_degrees C. (10) Altitude: The computer I/O Suite
must be of a technology capable of operating as specified at a pressure
of 650 millibars (10,000 ft) and of surviving transport in air pressure
of 100 millibars (50,000 ft). (11) Humidity: The I/O Suite must
tolerate prolonged exposure to high humidity. (12) Weight: The maximum
weight of each packed transit case or ruggedized enclosure (maximum of
three) shall not exceed 42 lbs. (13) Testing: The government reserves
the right of performing independent interface testing and (HEMP)
testing on at least one I/O Suite (CLIN 0001) prior to acceptance. The
contractor will assist the government (CLIN 0002) with test equipment
and support. The contractor should assume MIL-STD-2169B (S) testing at
the Horizontal Polarized Dipole facility at Kirtland AFB New Mexico
will require contractor support for one to two weeks. (14) Reliability:
The HEMP hardened I/O Suite shall be capable of being operational 24
hours a day, seven days a week and provide a minimum
Mean-Time-Between-Failure of at least 8,000 hours in a fixed ground
environment and at least 2,000 hours for a ground mobile environment
(move and set-up, not operate on the move) under the conditions listed
in Part "b" ordinary requirements. (15) User/Commercial Manuals:
Commercial manuals are acceptable. Any required expendable materials
shall be identified in the manual. The appropriate manual(s) shall be
packed with each I/O Suite. (16) Warranties: The contractor shall
identify and make available to the Government all commercial warranties
associated with the Computer and Printer delivered under this contract.
Effective starting date for the warranties shall coincide with date of
Government acceptance of applicable item. The contractor shall provide
as part of its proposal the cost per year to extend warranty repair
service to items out of service for a period of 60 months after
expiration of standard warranty. (17) Packaging, Shipping and Marking:
The contractor shall be responsible for the packaging, marking and
shipment of each I/O Suite in accordance with best commercial practice.
The packaging material shall be of a type that can be reused by the
government for returning defective items to contractor for repair.
(vii) Deliveries/ Destinations: Delivery of the First Article I/O Suite
(CLIN 0001) to the Horizontal Polarized Dipole Facility at Kirtland AFB
New Mexico shall occur NLT six months after contract award (f.o.b.
destination). Delivery of subsequent Delivery Orders will begin NLT 4
months after issuance of Delivery Order at a rate of 5 units per month
minimum. Thirty-four units will be shipped to Rockwell International
Corporation 3200 East Renner Rd, Richardson TX 75083-3807 (f.o.b.
destination). The OPR is Mr. Bob Hallmark (972)-705-1780. The f.o.b.
destination for the remaining seventy-six units is ESC/MCS, 50 Griffiss
Street, Hanscom AFB, ATTN: Lt. Billee Kelder (781)-271-6153. (viii) FAR
provision 52.212-1, Instructions to Offerors-Commercial, is applicable
to this acquisition. (ix) FAR provision 52.212-2,
Evaluation-Commercial Items, is applicable to this acquisition. The
following factors shall be used to evaluate offeror's proposal.
Technical specifications, reliability / maintainability, past
performance, price and price-related factors in descending order of
importance as listed here. Technical specifications,
reliability/maintainability and past performance when combined are more
important than price and price-related factors. The Government will
select a technically superior offer if it is determined that the
additional technical merit is worth the additional cost in relation to
the other proposals received. (x) FAR provision 52.212-3, Offeror
Representations and Certifications-Commercial Items, is applicable to
this acquisition. Complete this provision and submit with offer. (xi)
FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, is
applicable to this acquisition. (xii) FAR clause 52.212-5, Contract
Terms and Conditions required to Implement Statutes or Executive
Orders-Commercial Items, is applicable to this acquisition. Clause
52.212-5, paragraph (b) is tailored to include the following clauses by
reference: 52.203-6 Alt 1, 52.203-10, 52.219-8, 52.219-9, 52.222-26,
52.222-35, 52.222-36, 52-222.37, 52.225-3 and 52-225-18. Also FAR
Clauses 52.216-18 [insert in paragraph (a) "from contract award through
24 months after contract award"], 52.216-19 [insert in paragraph (a)
"initial order of one unit, thereafter 10 units"; insert in paragraph
(b)(1) "90" (b)(2) "90" (b)(3) "30 days"] is applicable to this
solicitation. (xiii) Technical acceptability will be determined by
information submitted by the offeror providing a description in
sufficient detail to show that the product offered meets the
Government's requirement. The Government does not restrict the offeror
from proposing more than one product that will meet the requirements
of this solicitation. The Government reserves the right to make a split
award to the responsible offeror(s) whose offer(s) is/are most
advantageous to the Government. Furthermore, the Government may reject
any or all offers if such action is in the public interest and waive
informalities and minor irregularities in offers received. All
responses, original and two copies, to this Request for Proposal shall
be in writing. Include Federal Tax Identification Number on your
offer. The offer shall be valid for 90 calendar days after the proposal
due date. (xiv) The DO rating is A7. (xv) N/A (xvi) The closing date
for receipt of offers is 1730 EST 10 days from the date the notice is
published in the Commerce Business Daily. In the event that the 10th
day falls on a Saturday, Sunday or a Federal holiday, the period
extends to 1730 EST on the next day that is not a Saturday, Sunday or
Federal holiday. Responses are to be addressed (via mail) to: ESC/MCK,
50 Griffiss St., Hanscom AFB MA 01731-1620, ATTN: Mr. Stephen DiLustro
or (via commercial delivery service) to The MITRE Corporation, Lobby
Bldg. M, 202 Burlington Road, Bedford MA 01730, ATTN: Mr. Stephen
DiLustro (ESC/MCK). (xvii) Contract Specialist: Mr. Stephen DiLustro
781-271-6283, Contracting Officer, Mr. Joseph A. Zimmerman
781-271-6279. (0113) Loren Data Corp. http://www.ld.com (SYN# 0306 19980427\59-0018.SOL)
59 - Electrical and Electronic Equipment Components Index Page
|
|