Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 20,1998 PSA#2140

U.S. Coast Guard Academy, Contracting Office (FP), C/O U.S. Coast Guard Research and Development Center, 1082 Shennecossett Road, Groton, CT 06340-2890

59 -- AIR EXPANDABLE BATHYTHERMOGRAPH SYSTEM SOL DTCG39-98-R-E00231 DUE 081098 POC D.L. Mulligan (860) 441-2885 This is a combined synopsis/solicitation for commercial items prepared per the format in Subpart 12, 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. The following provisions and clauses are incorporated by reference and are in effect through FAC 97-04 February 23, 1988. No addenda apply to these provisions and clauses. FAR 52.212-1, Instructions to Offerors -Commercial Items, FAR 52.212-3, Offerors Representation and Certifications -- Commercial Items, FAR 52.212-4 Contract Terms and Conditions -- Commercial Items, and FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. The clauses under FAR 52.212-5 that are incorporated by reference are as follows: 52.222-26 Equal Opportunity, 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, 52.222-36 Affirmative Action for Handicapped Workers. 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, and 52.225-3 Buy American Act -- Supplies. No additional FAR clauses apply. This requirement is set-aside for Small Business, SIC Code 3812 -- 750 Employees. The U.S. Coast Guard International Ice Patrol requires two integrated systems to receive and process real-time sea temperature data from Air Deployed Expandable Bathythermograph Systems. System Requirements of the AXBT System are: PORTABILITY-System must be compact and easily transported by hand; SIMPLICITY-System must be simple to operate with less than one hour operator training; DESIGN/CONSTRUCTION -System must be of a high quality, durable design for use aboard military cargo aircraft. Calibration must be maintained within the following environmental specifications -- Temperature 0 to 120 deg F, relative humidity 5% to 95%. Case and hardware must be resistant to moderate amounts of shock. Spurious electromagnetic interference mustbe prevented from interfering with aircraft avionics systems.; OPERATION-System must be capable of simultaneous reception and processing of 3 independent VHF Channels. Receiver circuitry must be field programmable within a frequency range of 162.5 MHz to 173.5 MHz. Receiver must provide audio output for monitoring received signal quality via headphone. Receiver must have sufficient sensitivity to detect and process AXBT signals from a maximum altitude of 10,000 ft and distance of at least 20 nm. Receiver will include Digital Signal Processor filtering circuitry for enhancement of weak signal reception optimized for AXBT signal modulation, bandwidth, and noise reduction. Unit will include a self test function to verify the correct operation of all receiver channels and signal processor circuitry.; DATA OUTPUT -- Processed AXBT data signals are to be output to standard PC compatible computer port. PC compatible computer hardware will be supplied by end user, and will be at least a Pentium100 with 32 mgs RAMand 420 mg hard drive with color LCD Display.; SOFTWARE -- Signal processing software must be capable of operating under Microsoft Windows NT v 4.0 and, if possible, Microsoft Windows 95 operating system. Source code for proprietary software must be delivered upon completion of contract. Software must provide the ability to display data of any single selected channel in real time. Software must include the ability to perform raw data reduction with graphical comparison of raw and reduced/interpolated traces. Reduced traces must be stored in ASCII format. Software must include the ability to produce JJXX messages from interpolated data. Software must include a simple means for editing JJXX content and easily customized message boilerplate. It would be highly desirable for software to accept NEMA 0183 compatible GPS waypoints as input to determine drop coordinates. Software must not be dependent upon internal computer timings for calibration or accuracy, thus making the software computer independent.; POWERREQUIREMENTS -Hardware must be capable of operation on standard line voltage of 110-125VAC,50-60Hz. Unit will include a rechargable low voltage DC power source (gel cell preferred) with AC charger capable of operation for at least one continuous hour. A Firm Fixed Price contract is contemplated. Delivery will be required by 30 December 1998. Award will be made to that company who offers a technically acceptable system at the lowest cost. Descriptive Literature must be provided with your proposal that adequately shows that the system you are proposing meets all the system requirements of this RFP. Failure to provide adequate documentation will result in your proposal being considered nonresponsive. Propopsals must include a copy of FAR 52.212-3, Offeror Representations and Certifications, Descriptive Literature, and Pricing. Fascimilie proposals will not be accepted. Proposals must be received by 10 August 1998 at 3:00 p.m. at the USCG Research & Development Center, 1082 Shennecossett Road, Groton, CT 06340-6096. The Solicitation Number, DTCG39-98-R-E00231 must appear on the proposal. Attention: Minority, Women-Owned and Disadvantaged Business Enterprises (DBEs). The Department of Transportation (DOT) Short Term Lending Program (STLP) offers working capital financing accounts receivable for transportation related contracts. Maximum line of credit is $500,000 with interest at the prime rate. For further information call (800) 532-1169. Internet Address: http://osdbuweb.dot.gov. Posted 07/16/98 (W-SN224174). (0197)

Loren Data Corp. http://www.ld.com (SYN# 0381 19980720\59-0009.SOL)


59 - Electrical and Electronic Equipment Components Index Page