Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 30,1998 PSA#2085

ESC/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