|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 16,1999 PSA#2368Naval Air Warfare Center TSD, Code 257, 12350 Research Parkway, Orlando
FL 32826-3275 69 -- TO PURCHASE TRAINING SYSTEM FOR US COAST GUARD IN THE USE AND
OPERATION OF ELECTRONIC CHART-PRECISE INTEGRATED NAVIGATION SYSTEM
(ECPINS) SOL N61339-99-R-9165 DUE 070699 POC Ms. Jacqueline Rolly,
(407) 380-8051 E-MAIL: Jacqueline Y. Rolly,Contract Specialist,
NAWCTSD,, RollyJY@navair.navy.mil. 13, 22 This is a combined
synopsis/solicitation for commercial items prepared in accordance with
the format in Subpart 12.6, as supplemented with additional
information included in this notice. This announcement constitutes the
only solicitation; a proposal is being requested and a written
solicitation will not be issued. Solicitation N61339-98-R-9165 is
issued as a request for proposal and incorporates the provisions and
clauses in effect through Federal Acquisition Circular 97-11. The
solicitation shall be awarded on a sole source basis to Offshore
Systems Ltd., a Canadian Company. The SIC Code for this solicitation is
3699 with a size standard of 750 employees. The following items are
required: CLIN 0001, Electronic Chart Precise Integrated Navigation
System (ECPINS) Training System, 1 Lot; CLIN 0002, Modification and
Upgrade to existing US Coast Guard ECPINS Equipment, 1 Lot; CLIN 0003
Engineering Technical and Support Documentation, 1 Lot. The following
Statement of Work applies: 1.0 Background: The United States Coast
Guard is replacing its aging fleet of buoy tenders with new,
technologically advanced buoy tenders to work Aids-to-Navigation (AToN)
and other missions more efficiently. Complex systems combined with
"Optimally crewed" vessels require USCG personnel to be proficient in
the operation of the onboard systems. In particular, a requirement for
additional training in the use and operation of the Electronic Chart
-- Precise Integrated Navigation System (ECPINS) Aid-TO-Navigation
(ATON), which is an enhanced version of the Electronic Chart Display
and Information System (ECDIS), has been determined. The Naval Air
Warfare Center Training Systems Division has assisted the Coast Guard
with the evaluation of the requirement and has identified a commercial
firm which can provide the required training system. 2.0 Introduction:
This document defines performance requirements of the ECPINS Training
System (ETS). A separate document, the Statement of Work, identifies
tasks as well as roles and responsibilities of the USCG, NAWCTSD, and
the selected Contractor who will provide the ECPINS Training System to
the USCG. 3.0 Performance Objectives: The following paragraphs
identify the performance requirements and objectives of the ECPINS
Training System (ETS). The ETS consists of 2 subsystems defined as a
Student Training System (STS) and an Instructor Station. The STS
consists of six (6) individual student stations, ECPINS cards in a VME
configuration, and a Trainer PC for control of the student station
configurations and access and control of the ECPINS cards. A minimal
suite of logistical elements for life-cycle support will be provided by
the contractor as defined in this contract. The ETS shall be configured
to run under ECPINS Version 1.73. An optional requirement, to be
separately priced, will be to have ECPINS version 1.59 provided for the
ETS. The Contractor shall configure their commercially available
products for installation of the ETS at the designated training site.
The following paragraphs identify the performance objectives of the
ECPINS Training System including:a. Student Training System;
b.Instructor Station requirements; c. Life-cycle support requirements;
d. Training; e. Other. 3.1 Student Training System Requirements: The
Student Training System (STS) shall include six (6) individual student
stations. Each student station shall be configured to independently
operate in Route Planning or Route Monitoring as controlled by the
Instructor through the Trainer PC. The STS components, except
interconnection wiring and cables, are to be assembled off-site with
final set-up, cable fabrication, and system performance checks to be
performed at the designated training site. Within the STS networked
configuration, only one student station will be able to access the buoy
database fileserver and respective buoy database functions. Each
student station shall consist of the following components: a. 17" High
Resolution RGB monitors (0.26 mm dot pitch or greater; 1280 X 1024 min
horizontal and vertical pixel resolution; b. Integrated Keyboard and
Trackball Units (for ECPINS control) c. NVES licenses for individual
student station capability to run in Autopilot d. Interconnection
cables. The STS shall also contain the hardware and software necessary
to provide system and component level control of the ETS. The STS
shall be configured to run ECPINS Version 1.73, which is understood to
be the most recent version of ECPINS software to be installed in the
CG Fleet of buoy tenders. All stations, including the Instructor
Station and the student stations shall be provided the capability to
operate under the software version installed under the above
guidelines. Every Student Station shall be provided the capability and
licenses to run a different NVES at each station with each station
being able to run in Autopilot. ECPINS cards, VME chassis, Trainer PC,
and a 19" rack into which the STS components are to be mounted shall
be provided as identified in the following paragraphs. 3.3.1. ECPINS
Card Set: Each ECPINS Card set contains the Main Processor Board/CPU
(MVME-147-022), a Graphics Processor Board, and the Transition Module
(MVME712M). Six (6) sets of ECPINS Cards shall be provided and
configured for student station operation. 3.3.2 VME Chassis: The STS
shall be provided with two (2) VME Chassis designed to be rack mounted
in the [contractor] supplied 19" X 48" rack. Each chassis is designed
to hold 3 sets of the ECPINS card sets as described in paragraph
3.3.1. 3.3.3 Trainer PC: 3.3.3.1 Hardware Configuration: The Trainer PC
is a Non-developmental Item (NDI) that will be provided with the
following hardware and software configuration. Note that the below
hardware configuration represents the minimum configuration required in
the ETS: a. 200MHz Pentium-based model; b. accelerated graphics
processor card; c. 10/100 M bits/sec Ethernet Card; d. SCSI card; e. 8
Gbyte (min.) Hard Drive; f. 3.5" floppy drive; g. CD ROM drive; h.
standard keyboard and mouse; j. 17" High Resolution VGA monitor (0.28mm
dot pitch or greater; k. 8 Serial Communication Ports; l. All
interconnecting cables. 3.3.3.2 Software Configuration: The Trainer PC
shall come with the OS/2 Warp Operating System installed. Additional
software shall be provided to control and access the student stations,
the ECPINS card sets, and the NVES subsystems. In addition, 6 NVES
subsystems shall be installed for each student station. User manuals
and other supporting documentation shall also be provided. 3.3.3.3
Functional Requirements: The Trainer PC shall be configured to function
as follows: a. Operate as ECPINS ATON File Server supporting each of
the 6 student stations b. Function as ECPINS Buoy Database CPU; c.
Operate ECPINS WLB/WLM sensor simulator (NVES); 1. Six user
configurable from Instructor Station and Trainer PC to simulate both
WLB and WLM sensors depending on ETS configuration 2. Provides
simulated sensor data to all six ECPINS cards (effected at each student
station. 3. Provides instructor the ability to control vessel speed and
course. 4. Provides instructor with ability to change (i.e. select)
sensor data 5. Provides instructor with ability to introduce alarm
conditions. 6. Provides instructor with ability to introduce failures
in certain specific sensors d. Shall be provided the capability to
select both WLB and WLM [buoy tender] configurations. e. Shall be
provided the capability to control the Trainer PC, effectively
controlling each individual student station (e.g. configure each
student station to Route Planning or Route Monitoring, configure all
student stations for WLB or WLM operations). 3.2 Instructor Station
Requirements: The Instructor Station (IS), a Navigator's Console
upgraded by OSL for use in this training system, is provided as GFE by
the USCG. However, ETS system integration is required. The IS shall be
provided the capability to operate in RTMON, RTPLAN, and be able to
perform all Buoy Database functions. Additional IS requirements
include: a. The IS shall be provided the capability to display the IS
station's display screen on an overhead projection system (which is
currently installed at the training site); b. Additional hardware
components are required, to be provided by the Contractor, which
include: 1.Keyboard and Mouse Extender Kit: a. Transmit Unit;
b.Receiver Unit; c.Interconnecting Cabling 3.4 Training: Training shall
be provided by the Contractor in the set-up, configuration, and
operation of the ETS. Instructor training shall include set-up and
operation of the Instructor Station; set-up and configuration of the
training scenarios; control and operation of the Trainer PC; control
and operation of the student stations; hardware set-up and
connectivity; software set-up, installation, and configuration; and
other system level training aspects as required. 3.5 Life-cycle Support
Requirements: The ETS shall be provided with hardware, software,
documentation, and other logistics elements to provide for ETS
life-cycle support as defined below. 3.5.1 Hardware -- Spares- N/A
3.5.2 Supporting Documentation: Supporting documentation shall
include:a. Comprehensive parts list; b. Recommended spares list; c.
Wire list; d. Wire table detailing cable type, length, connection
points, termination characteristics and cross-referenced to wire list;
e. Wiring diagrams identifying each cable and wire connection and
listing cable identification/marking; f. One copy each of ECPINS ver
1.73 and ver 1.59 Operations & Maintenance Manuals. 3.5.3 Other
Life-cycle support requirements a. Software: 1. Additional copy of
ECPINS ver 1.73 with SW installation/loading instructions; 2.
Additional copy of OS2 Warp with SW installation/loading instructions.
3.6 Other: 3.6.1 Cables: All interconnecting cables and wires shall be
provided by the Contractor. No cabling outside of the training
classroom is anticipated. It is requested that the Contractor "cut to
length" the ETS cabling for the student stations and Instructor Station
on-site at the training facility to ensure appropriate lengths of cable
are provided which will accommodate minor classroom rearrangements
should the training facility require. 3.6.2 Reuse of USCG supplied
parts: Parts from the WLB ADP mock-up trainer are to be reused to the
extent practical. Many of these parts, such as the Navigator's Console,
has been upgraded. The remainder of the parts marked for reuse are
assumed to be in good working order. The parts being reused are marked
to be installed in the Instructor Station. The parts to be reused
include: a. Pentium 200MHz PC w/keyboard, trackball, mouse, and
monitor. (Hard drive to be upgraded to 8GBytes; b. One VME chassis; c.
One MVME-147-012 Main Processor Board (CPU); d. One MVME-712M
Transition Module; e. One Graphics Board. 3.6.3 Chart Portfolio: The
Chart portfolio is resident on the Navigator Console (i.e. Instructor
Station) which has been upgraded. It is understood the "single site"
license currently possessed by C2CEN is adequate to enable transfer of
this database from the GFE to the ETS. 3.7 Options: 3.7.1 Separately
priced option for the provision of ECPINS Ver 1.59 for the ETS.
Delivery shall be made no later than 30 September 1999 to US Coast
Guard, Command and Control Center, Portsmouth, VA; acceptance shall be
made at destination upon delivery. Delivery shall be made FOB
Destination. The following FAR/DFARS provisions and clauses apply to
this acquisition: 52.212-1, 52.212-3, 52.212-4, 52.212-5,
252.2121-7001. The following subparagraphs of FAR 52.212-5(b)
apply:(1),(13),(14),(16),(17). The following subparagraphs of FAR
52.212-5(c) apply: None. The following clauses of DFARS 52.212-7001(b)
and (c) apply: 252.225-7001, 252.227-7015. A completed copy of the
following must be included with the proposal: FAR 52.212-3, DFARS
252.212-7000 and DFARS: 252.225-7006; 252.225-7035. The following
clauses also apply: DFARS 252.204-7004, "Required Central Contractor
Registration." FAR 52.227-19 "Commercial Computer Software --
Restricted Rights" and "Year 2000 Warranty-Commercial Supply Items --
The contractor warrants that each hardware, software, and firmware
product delivered under this contract and listed below shall be able to
accurately process date data (including, but not limited to,
calculating, comparing, and sequencing) from, into, and between the
twentieth and twenty-first centuries, including leap year calculations,
when used in accordance with the product documentation provided by the
contractor, provided that all listed or unlisted products (e.g.
hardware, software, firmware) used in combination with such listed
product properly exchange date data with it. If the contract requires
that specific listed products must perform as a system in accordance
with the foregoing warranty, then that warranty shall apply to those
listed products as a system. The duration of this warranty and the
remedies available to the Government for breach of this warranty shall
be as defined in, and subject to, the terms and limitations of the
contractor's standard commercial warranty or warranties contained in
this contract, provided that notwithstanding any provision to the
contrary in such commercial warranty or warranties, the remedies
available to the Government under this warranty shall include repair or
replacement of any listed product whose non-compliance is discovered
and made known to the contractor in writing within ninety (90) days
after acceptance. Nothing in this warranty shall be construed to limit
any rights or remedies the Government may otherwise have under this
contract with respect to defects other than Year 2000 performance." The
DPAS rating for this solicitation is N/A. See Note 22 (forty-five days
is changed to read fifteen days). Proposal is due at 12:00 AM EST on
6 July 1999 and may be made by FAX to (407)380-4495 (Attn: Ms. J.
Rolly, Code 25721) or to the address above. For information regarding
this solicitation, contact Ms. J. Rolly at (407)380-8051. Posted
06/14/99 (W-SN342752). (0165) Loren Data Corp. http://www.ld.com (SYN# 0327 19990616\69-0001.SOL)
69 - Training Aids and Devices Index Page
|
|