|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 3,1999 PSA#2401ESC/SRK-2 BLDG 1614 11 Barksdale St Hanscom AFB, MA 01731-1634 70 -- AIRBORNE BROADCAST INTEL (ABI) HARDWARE SYSTEMS SOL
F19628-99-R-0005 DUE 082399 POC Kathleen A. Munroe, Contracting
Officer, (781) 271-3989 WEB: ESC Business Opportunities Web Page,
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. F19628-99-R-0005 is issued as a
Request for Proposal (RFP). (iii.) This RFP incorporates provisions and
clauses in effect through the 1997 Federal Acquisition Circular 97-11.
(iv.) N/A (v.) An Indefinite Delivery/Indefinite Quantity type
contract will be issued for Airborne Broadcast Intel (ABI) Hardware
Systems, logistics support, training and material support. Each ABI
hardware system consists of the following Line Replaceable Units (LRU)
as a minimum; Radio Frequency (RF) section, a Central Processing Unit
(CPU), a keyboard and pointing device and two display panels and a GPS
antenna. The Hayfield multi-chip module with the KGR-96 and KG-40A
algorithms will be provided as GFE. The certified software executable
code, Software Users Manual (SUM), Software Administrators Manual
(SAM), Software Design Document (SDD), and Software Test Document (STD)
will be provided as GFS and GFI. The Government will provide access to
the requisite aircraft for site surveys. 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. For evaluation purposes, offerors shall complete Pricing Tables
1 (CLIN 0001), 1A (CLIN 0001), 2 (CLIN 0003), 3 (CLIN 0004) and 4
(CLIN 0006). Offeror shall propose CLIN 0005 Material Support as
instructed below. [note: Information on required Pricing Tables,
Contract Data Requirements Lists (CDRLs) and attachments see the ABI
entry on the HANSCOM Electronic Bulletin Board (HERBB)]; CLIN 0001: ABI
Hardware System(s), Min Qty: 3, Max Qty: 16; and an Option Table for
Ground Based UHF SATCOMantenna, Min Qty: 1, Max Qty: 5, (include cost
for acceptance testing, commercial manuals, and shipping) in accordance
with the ABI Hardware System Description Data; 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 6
training sessions (Charleston AFB, Dyess AFB, Little Rock AFB, McChord
AFB, McGuire AFB, and Robins AFB); CLIN 0004: Contractor Logistics
Support, provide fully loaded fixed price labor rates for the following
labor categories (Management, Engineer, Technician and
Administration/Telephonic Support). Provide a description of each labor
category as an Attachment to this Table. A minimum of 1 and maximum of
16 hardware systems will need to be supported for the contract period
of performance; CLIN 0005: Material Support, provide a table with
fixed prices, to include shipping, for all ABI components and/or
sub-components essential to maintain the hardware along with
recommended Min/Max ordering quantities necessary to support a 14 day
turn time requirement; and CLIN 0006: Aircraft Site Surveys, provide
fixed price to include all aspects (material, travel, per diem, etc.)
for Min Qty: 1, Max Qty: 6 aircraft surveys at Charleston AFB, Dyess
AFB, Little Rock AFB, McChord AFB, McGuire AFB, and Robins AFB. Perform
aircraft site surveys for ABI hardware installed on C-130, C-141, C-5,
C-17, KC-10, KC-135. Relative to the CLINs above, please provide your
company's response for the minimum/maximum acceptable dollar level of
an individual delivery order. 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-person carry in its ruggedized shipping
container. The display shall range in size from 12-14 inch diagonal
measurement. Total hardware weight shall not exceed 150 pounds
excluding cables and shipping/storage containers. Power: The equipment
shall be auto-ranging to work with 47-400 Hz 110-240 VAC power. The
equipment shall have a UPS/battery backup capability 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 and wall power. 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. Environmental requirements apply to each
LRU deployed out of its shipping container. An option for a ground
based UHF SATCOM antenna is desired. The ABI equipment shall operate
without degradation in an ambient temperature ranging from 0 C to +50
C, and stored inan 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 hardware 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 shall not
give away the aircraft position due to emissions (ref: MIL-L-85762A).
The environmental tests shall be witnessed by the Government using a
Combined Test Force (CTF) concept. (2) Interfaces; Signal Interfaces:
The ABI 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), Ultra-High Frequency
(UHF) Tactical Data Link version A (TADIL-A), Secondary Imagery
Dissemination System (SIDS) via wideband UHF (25kHz) using KG-84
decryption, and C-coded Global Positioning System (GPS) broadcasts. The
ABI hardware shall simultaneously receive and decrypt TIBS, TDDS,
TADIL-A, and one TADIXS-B broadcast. The GPS data shall be passed in
NMEA-183 format. Hardware Interfaces: The ABI hardware shall have one
power interface along with UHF 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, UHF SATCOM
and power). There will be only one UHF SATCOM interface so the ABI
hardware shall simultaneously accommodate Line-of-Sight (LOS) and
SATCOM signals on the same feed to include necessary low-noise
amplifiers (LNA) and filtering equipment. The contractor shall provide
a sextant mountable GPS antenna with each ABI system. The ABI shall
have an external interface for P-coded GPS input and for HF audio tone
input for TADIL-A. A 50 ft cable connecting the ABI hardware to the
external HF receiver headset jack shall be provided. The ABI shall have
an interface for CD-ROM, 4mm tape (high density), and 3.5-inch floppy
media. User Interfaces: Each ABI shall have one 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. The keyboardand pointing device shall be separate devices and
shall operate independently. Display Interface: Each ABI shall have two
high-resolution (1280x1024) 24-bit color panels. A 50-foot power/data
cable shall be provided for each display. The second panel is a
repeater only. Software Interface: The ABI CPU shall provide a Solaris
2.5.1 operating system capable of running the ABI GFE software (1000MB
RAM and Creator 3D graphics required). (3) Mass Data Storage: The ABI
shall have two removable disk drives capable of storing at least 36 GB
of data each. (4) Security: The ABI will process Government SECRET
data. The equipment shall protect sensitive, classified information.
The system shall be certifiable as unclassified when the disk drives
are removed. (5) Cryptologic Function: All cryptologic functions shall
be contained within the ABI unit and the contractor shall have a NSA
endorsed product 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 hardware 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
aircraft and the third as the on-site spare. In case of a hardware
failure Government personnel will use an on-site spare to 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 Hardware Users Manual shall be developed and
kept updated in accordance with best commercial practices. The manual
shall define Theory of Operations, Operator Procedures, Installation,
Field Test, Removal, and Maintenance Procedures. Commercial Off The
Shelf (COTS) manuals provided by the vendor shall be organized with an
appendix as part of the Hardware Users Manual. A Hardware Level Data
Package shall be required in accordance with Best Commercial Practices.
The package shall be a Level 2 drawing package in digital form (MS
Office Format). (13) Training: The contractor shall prepare course
materials and provide competent personnel to conduct hands-on, on-site
classroom instruction on all ABI hardware. These courses shall provide
operator and maintenance personnel with an in-depth knowledge of
installation procedures, field testing, and maintenance of the
hardware. Each student shall, upon course completion, b e qualified to
operate and/or maintain the hardware without violating provisions
outlined in the warranty. The contractor shall provide all necessary
instruction materials for 1 day of training on the ABI hardware to each
student. Instruction materials shall be made available to approximately
8 students 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. All aspects and interfaces of the ABI hardware shall be
certified by the contractor and validated by government personnel to be
Year 2000 compatible. (15) Packaging, Shipping and Storage, and
Transportation (PSH&T): the contractor shall provide a securable rugged
shipping/storage container for the RF LRU and one for the CPU LRU. The
contractor shall provide a securable shipping storage container for
all other ABI hardware. 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 qualification test by the Government to ensure the
functionality of all system aspects (ref: STD); upon Government
acceptance of the initial production system, all subsequent systems
will be acceptance tested by the contractor with Government oversight.
The acceptance test will be a sub-set of the qualification test. The
qualification and acceptance tests shall be proposed by the contractor.
The qualification test shall demonstrate compliance with all the
requirements contained herein. The acceptance test shall demonstrate
functional compliance with the requirements herein with a 24 hour
burn-in. The contractor shall load the ABI GFE software so that the
acceptance test can be performed. (vii) The period of performance of
all CLINs shall be established on each delivery order. CLINs 0001,
0002, 0004, 0005 shall be acceptance at source and FOB destination.
CLINs 0003 and 0006 shall be acceptance and FOB destination. The first
ABI hardware shall be delivered for acceptance testing no later than
seven months after award of the first delivery order. Upon approval
from 1st article testing, deliver at least 4 units a month until the
terms of the contract are exhausted. The Air Force is focused on
migrating to the Joint Tactical Radio System and the JTRS Architecture,
to this effect the future migration strategy is to procure commercially
compliant equipment when available as the architecture is defined and
as commercial equipment becomes available. 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 Price Technically
Acceptable among those responsible offers responding to the
solicitation. Any orall 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"; 52.216-19(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 of proposals 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.
Contractors proposing should be willing to enter into an Associate
Contractor Agreement with Lockheed Martin Mission Systems if needed.
All responses to this Request for Proposal shall be in writing. The
following page limitations apply to this solicitation: Technical (2),
Management (5), Past Performance (5), Price and Contractual Information
(no limit). Offerors shall provide 3 copies of the proposal -- separate
volumes are not required for each section. 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. Steven H. Sheldon, Director,
Commander's Staff, ESC/CX (781) 377-5106. Offerors are also advised
that the Air Force has contracted with Windmill Int'l Inc., BTG, and
Aerospace Corp. responsible to the Air Force for overall technical
review of specified Air Force programs. It is the Government's intent
to use the services of these companies in an advisory role in the
technical evaluation of offers. If you do not agree with the use of
these companies please indicate in your letter of transmittal
accompanying your offer. (xvi) The closing date for receipt of offers
is 1600 EDT on the 21st day after the date this notice is published in
the Commerce Business Daily. In the event that the 21st 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 can be mailed to: ESC/SRK-2, Bldg 1614, 11 Barksdale Street,
Hanscom AFB, MA 01731-1634, or sent via overnight delivery
service/handcarried to: ESC/SRK-2, Mitre "K" Bldg, 202, Burlington
Road, Bedford, MA 01730-1420, Attn: Ann Marie Bastek. (xvii) Buyer: Ann
Marie Bastek (781) 271-4820; Contracting Officer, Kathleen Munroe (781)
271-3989. Posted 07/30/99 (D-SN361409). (0211) Loren Data Corp. http://www.ld.com (SYN# 0418 19990803\70-0007.SOL)
70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page
|
|