Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 3,1999 PSA#2401

ESC/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