|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 30,1998 PSA#2085ESC/IYK, MITRE Bldg. "K", 50 Griffiss St., Hanscom AFB, MA 01731-1625 70 -- THIS IS A COMBINED SYNOPSIS/SOLICITATION IAW FAR 12.6 FOR THE
AIRBORNE BROADCAST INTELLIGENCE SYSTEM. SOL F19628-98-R-0023 DUE 051498
POC Kathleen Munroe, Contracting Officer, (781) 271-3989 WEB: N/A,
http://www.herbb.hanscom.af.mil. E-MAIL: Click Here to E-mail the POC,
MunroeKa@hanscom.af.mil. (i.) 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. Proposals are requested. This announcement constitutes the
only solicitation; a written solicitation will not be issued. This
acquisition has not been set-aside for small businesses. (ii.)
Solicitation No. F19628-98-R-0023 is issued as a Request for Proposal
(RFP). (iii.) This RFP incorporates provisions and clauses in effect
through the 1997 Federal Acquisition Circular 97-4. (iv.) N/A (v.) An
Indefinite Delivery/Indefinite Quantity type contract will be issued
for Airborne Broadcast Intel (ABI) Systems, logistics support, training
and material support. Each ABI system consists of a Radio Frequency
(RF) section, a Central Processing Unit (CPU), a keyboard and pointing
device and at least two display panels. The Hayfield multi-chip module
will be provided as GFE. If necessary to meet the required
specifications, Railman and CTIC/DS-101 Hybrid (CDH) devices can be
provided as GFE, however the cost for these will be factored into the
total evaluated proposal cost. The software executable code, Software
Users Manual (SUM), Software Design Document (SDD), and Software Test
Document (STD) will be provided as GFS and GFI. The offeror is required
to submit a DD-254 in accordance with security requirements outlined in
Clause 52.204-2. Proposals shall follow the CLIN structure detailed
below; [note: for information on all required Contract Data
Requirements Lists (CDRLs) and attachments see the ABI entry on the
Hanscom Electronic Bulletin Board (HERBB)];. CLIN 0001: ABI Hardware
System(s) [Required, Min Qty: 3, Max Qty: 12], (include cost for
acceptance testing and commercial manuals); CLIN 0002: Data In Support
of CLIN 0001, Not Separately Priced; CLIN 0003: On-Site Training,
provide fixed price to include all aspects (materials, travel, per diem
etc). There will be a minimum of 1 and maximum of 4 complete training
sessions (CONUS and OCONUS); CLIN 0004: Contractor Logistics Support,
provide fixed price labor rates for the following labor categories
(Management, Engineer, Technician and Administration). A minimum of 1
and maximum of 12 systems need to be supported for the contract period
of performance; and CLIN 0005: Material Support, provide a table with
fixed prices for all ABI components and/or sub-components essential to
maintain the system along with recommended Min/Max ordering quantities.
CLIN 0006: Aircraft Site Surveys [Required, Min Qty: 1, Max Qty: 6
aircraft surveys] Perform aircraft site surveys for ABI hardware
installed on C-130, C-141, C-5, C-17, KC-10, KC-135. Required CDRLs are
available on the HERBB for review. Relative to the CLINs above, please
provide your company's response to the following: 1) the maximum
acceptable order quantity and dollar level of an individual delivery
order for both a single item and for a combination of items, 2) the
minimum acceptable order quantity and dollar value of an individual
delivery and 3) the size of quantity discounts. ABI Hardware System
descriptive data: (1) Physical Specifications: Size: The electronic
equipment shall be air transport rack(ATR) mountable in a maximum 3/4
ATR tall, long chassis (ref: ARINC Spec 404A). No single chassis shall
weigh more than 75 pounds or be more than a two-man carry in its
shipping/storage container. The display panels may range in size with
at least one option having a 12-14 inch diagonal measurement. Total
system weight with two display panels shall not exceed 150 pounds
excluding cables. Power: The equipment shall be auto-ranging to work
with either 115 VAC/400 Hz, 110VAC/60Hz, or 240 VAC/50 Hz power. The
equipment shall have a battery backup capable of at least five minutes
of computer and display operating capacity. The RF section shall have
a battery backup capable of preserving the cryptologic keys for at
least thirty (30) minutes. The unit shall have worldwide adapter plugs
and aircraft adapter plugs for the following platforms:C-130, C-141,
C-5, C-17, KC-10, KC-135. Environmental: The ABI equipment will be
operated in military transport and tanker aircraft and other ground
environments and should be built to meet rugged industrial standards.
The ABI equipment shall operate without degradation in an ambient
temperature ranging from 0 C to +50 C, and stored in an ambient
temperature ranging from -20 C to +60 C without damage. The ABI
equipment shall be able to operate in an environment with a humidity of
up to 95% non-condensing. Shock: The ABI shall not produce flying
debris when exposed to a 15G 11 millisecond sinusoidal shock in any
axis or direction (ref: MIL-STD-810E Method 516.4 Procedure 1).
Explosive Atmosphere: The operating ABI equipment shall not ignite a
flammable atmosphere containing 3.8% by volume of n-hexane (ref:
MIL-STD-810E Method 511.3 Procedure 1). Explosive Decompression: The
ABI shall not produce flying debris when it is in a cabin that is
explosively decompressed (ambient pressure to 40000 ft altitude
{18.8kPa} in 0.1 seconds) (ref: MIL-STD-810E Method 500.3). The ABI
system shall be compatible (i.e. not interfere) with aircraft systems
to include operation in aircraft flying below 10000 feet altitude (ref:
MIL-STD-461). The ABI display panels shall have provisions for use
during Night-Vision-Goggle (NVG) operations. The display will not be
viewed directly with NVG equipment, but must not give away the aircraft
position due to emissions (ref: MIL-L-85762A). (2) Interfaces: Signal
Interfaces: The ABI equipment shall be capable of receiving, processing
and decrypting the Tactical Information Broadcast Service (TIBS),
Tactical Receive Applications Data Dissemination System (TDDS),
Tactical Data Information Exchange System version B (TADIXS-B),
Tactical Data Link version A (TADIL-A), Secondary Imagery Dissemination
System (SIDS), and C-coded Global Positioning System (GPS) broadcasts.
The TIBS and TDDS processed data shall be passed to the Central
Processing Unit (CPU) in a tabular or Tactical Data Information Message
Format (TDIMF) format. The TADIL-A and SIDS data shall be passed in
their native formats. The GPS data shall be passed in NMEA-183 format.
Hardware Interfaces: The ABI equipment shall have power interfaces
along with SATCOM and GPS antenna interfaces for the following
platforms: C-130, C-141, C-5, C-17, KC-10, KC-135. The ABI equipment
shall have the necessary adapters to meet all of the required
interfaces and at least 50 feet of cable for each feed (GPS, SATCOM and
power). The ABI shall have an external interface for P-coded GPS input
and for HF audio tone input for TADIL-A. The ABI shall have an
interface for CD-ROM, 4mm tape, and 3.5-inch floppy media. User
Interfaces: Each ABI shall have a keyboard and a point-and-click-input
device. The keyboard and pointing device shall be operable by
personnel who are utilizing chemical/inclement weather gear. There
shall be a capability to use the pointing device in conjunction with
the display wherever the display is located. Display Interface: Each
ABI shall haveat least two high-resolution (1280x1024) 24-bit color
panels. A 50-foot power/data cable shall be provided for each display.
Software Interface: The ABI CPU shall provide an operating system
capable of running the ABI GFE software. (3) Mass Data Storage: The ABI
shall have two disk drives capable of storing at least 9 GB of data
each. (4) Security: The ABI will process Government SECRET data. The
equipment shall protect sensitive, classified information. (5)
Cryptologic Function: All cryptologic functions shall be contained
within the ABI unit and the contractor shall have a NSA certified
design for cryptologic devices. (6) Commerciality: The equipment
proposed shall be a commercial item as defined in FAR 2.101. (7)
Modularity: The equipment will be modular at a system and subsystem
level. The ABI shall accommodate growth in capacity, throughput and
interfaces. This requirement will be evaluated based on the contractors
use of commercial and Government standard interfaces and architectures.
(8) Maintainability: The ABI system shall not require extensive
maintenance other than routinely recommended commercial cleaning. The
mean time to repair (MTTR), with adequate on-site spares and
built-in-test equipment, shall be less than 30 minutes. (9) Logistics
Support: The ABI system will be fielded in quantities of three, two on
board the aircraft and the third as the on-site spare. In case of a
system failure a ground unit will replace the faulty LRU and the failed
LRU will be returned to the contractor for maintenance action. The
contractor shall provide telephonic support to the field to ensure
rapid diagnosis and turn around times. Turn around time for depot
action is defined as fourteen (14) days (from shipping date for CONUS
and from US Port of Debarkation for OCONUS) until receipt at user unit
or point of Embarkation. (10) Maintenance Program: The contractor
shall provide a maintenance program which will outline repair,
replacement and return capability for all items/units that are proposed
to satisfy this requirement. This maintenance program should also
include procedures for servicing items/units while under warranty and
options to extend the contractor's maintenance beyond the warranty
period. (11) Tools & Test Measurement and Diagnostic Equipment (TMDE):
The ABI shall be maintainable with standard tools and test equipment
(i.e. no unique equipment or special tools). (12) Commercial
Manuals/Data package: A System Users Manual shall be developed and kept
updated in accordance with best commercial practices. The manual shall
Define Theory of Operations, Operator Procedures, Installation,
Removal, and Maintenance Procedures. Commercial Off The Shelf (COTS)
manuals provided by the vendor shall be organized with an appendix as
part of the Systems Users Manual. A System Level Data Package shall be
required in accordance with Best Commercial Practices. The package
shall be a Level 2 drawing package in digital form. (13) Training: The
contractor shall prepare course materials and provide competent
personnel to conducthands-on, on-site classroom instruction (CONUS
and/or OCONUS) on all ABI hardware. These courses shall provide
operator and maintenance personnel with an in-depth knowledge of
installation procedures, testing, operation and maintenance of the
system. Each student shall, upon course completion, be qualified to
operate and/or maintain the system without violating provisions
outlined in the warranty. The contractor shall provide all necessary
instruction materials to each student. Instruction materials shall be
made available to each student at the beginning of the course. (14)
Warranties: The contractor shall identify and make available to the
Government all commercial warranties associated with the ABI hardware
delivered under this contract. The effective starting date for the
warranties shall coincide with the date of Government acceptance of the
applicable item. All aspects and interfaces of the ABI system shall be
certified by the contractor and validated by government personnel to
be Year 2000 compliant. (15) Packaging, Shipping and Storage, and
Transportation (PSH&T): the contractor shall provide suitable
shipping/storage containers for each ABI system. The contractor shall
be responsible for shipment of non-operational equipment from the
customer and new, repaired, or replacement item(s) to the customer.
Commercial packaging and marking of supplies shall be IAW best
commercial practice. (16) Acceptance Test: The initial production
system shall be submitted to a comprehensive test by the Government to
ensure the functionality of all system aspects (ref: STD); upon
Government acceptance of the initial production, all subsequent systems
will be acceptance tested by the contractor. The acceptance test shall
be a sub-set of the qualification test and shall be proposed by the
contractor. The Government must approve the acceptance test plan. The
contractor shall load the ABI GFE software in order that the acceptance
test can be performed. (vii) The period of performance of all CLINs
shall be established on each delivery order. All CLINs shall be
acceptance at source and FOB destination. The Contracting Officer
reserves the right to change the place of delivery at any time prior to
delivery of any ordered supplies. (viii) FAR provision 52.212-1,
Instructions to Offerors-Commercial, is applicable to this acquisition.
The SIC code for this acquisition is 3669 and the size standard is 750
employees. The cost of preparing proposals in response to this
combined solicitation/synopsis is not considered an allowable direct
charge to any resulting contract nor any other Government contract.
(ix) FAR provision 52.212-2, Evaluation-Commercial items, is applicable
to this acquisition. The basis of award will be low cost and technical
acceptability among those responsible offers responding to the
solicitation. Any or all offers may be rejected by the Government if
such action is in the public interest; additionally, the Government may
waive informalities and minor irregularities in offers received. Past
performance will be considered as part of the determination of
responsibility (assessing the contractors experience with the
manufacture, integration, installation, maintenance and sustainment of
RF and computing electronics on the following platforms: C-130, C-141,
C-5, C-17, KC-10, KC-135); (note: in regard to current and/or previous
performance efforts involving similar components or services, the
contractor will provide the Government POC for this activity). Offerors
are to note that in conducting this assessment, the Government reserves
the right to use relevant data provided either by the offeror or
obtained from other sources. (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 and all
referenced clauses are applicable except for the following clauses
under paragraph (b): 52.219-14, 52.225-18, 52.225-19, 52.225-21 and
52.239-1 and all clause listed under paragraph (c). The following FAR
Clauses apply along with fill-in information: 52.216-18(a) "mailing
date" through "one year after mailing date"; 52.216-9(a) "1", (b)(1)
"12", (b)(2) "12", (d) "30"; 52.216-22(d) "one year after the mailing
date of contract plus delivery time"; and 52.216-27. (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. All responses to this
Request for Proposal shall be in writing. Include Federal Tax
Identification number on your offer. (xiv) DO-A7 (xv) An Ombudsman has
been appointed to hear the concerns of offerors or potential offerors
during the proposal development phase of this acquisition, however he
is not involved in the evaluation of proposals or in the selection
process. The Ombudsman is: Col. Lee H. Hughes, Director, Commander's
Staff, ESC/CX (781) 377-5106. (xvi) The closing date for receipt of
offers is 1600 EDT on the 15th day after the date this notice is
published in the Commerce Business Daily. In the event that the 15th
day falls on a Saturday, Sunday or a Federal holiday, the period
extends to 1600 EDT on the next day that is not a Saturday, Sunday, or
Federal holiday. Responses are to be mailed (not hand carried) to the
following address: ESC/IYK, 50 Griffiss St., Hanscom AFB, MA
01731-1625, Attn: Michael Cooper. (xvii) Buyer: Michael Cooper (781)
271-2622; Contracting Officer, Kathleen Munroe (781) 271-3989. (0118) Loren Data Corp. http://www.ld.com (SYN# 0295 19980430\70-0006.SOL)
70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page
|
|