Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 16,1999 PSA#2368

Naval 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