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