Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 3,2000 PSA#2529

Bid Office, SPAWARSYSCEN, Code D21B, 53570 Silvergate Avenue, Bldg. A33, Room 0061, San Diego, CA 92152-5112

A -- ARC-210 BASED UHG LINK 11 RELAY SYSTEM SOL N66001-00-R-5030 DUE 022200 POC Vincette Versaggi (619) 553-4519 E-MAIL: lhunt@spawar.navy.mil, versaggi@spawar.navy.mil. Commerce Business Daily FAR Part 12 Commercial Procurement COMBINED SYNOPSIS/SOLICITATION FOR N66001-00-R-5030 TITLE: ARC-210 BASED UHF LINK 11 RELAY SYSEMS SOLICITATION NUMBER: N66001-99-R-5030 POC: VINCETTE VERSAGGI, CONTRACT NEGOTIATOR (619) 553-4519 CONTRACTING OFFICER: L. HUNT DESC: 17. DESCRIPTION/SPECIFICATIONS: 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; proposals are being requested and a written solicitation will not be issued. This solicitation number N66001-00-R-5030 is issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition circular 90-37. The Standard Industrial Classification Code and Small Business size Standard is 5046 and $5 million in annual revenue. The Department of the Navy, Space and Naval Warfare Systems Center, San Diego, (SPAWARSYSCEN), San Diego is looking to acquire on a firm fixed price sole source basis contract line items as identified using Rockwell-Collins Part Numbers: CLIN 0001, 4 ea. RT-1747D, transceiver-HQI/II, SINCGARS, SATCOM, 8.33 khz, P/N 822-0645-006; CLIN 0002, 4 ea. 994R-X, Smart Mount, Link 11 Compatible P/N 822-0846-00X; CLIN 0003, 4 ea. C-11898A, Control, SATCOM, NVG P/N 622-8761-007; CLIN 0004, 4 ea. AM-7526, Power Amplifier, P/N 822-0572-001; CLIN 0005, 4 ea. MT-7006, Mount, HPA, P/N 622-9465-001; CLIN 0006, 2 ea. 994R-X Mounting Base, 19" panel for 2 ea. of the previous five items, NPN; CLIN 0007, 1 ea. of NRE: Smart Mount Modification, 19" Mounting Base, 1 support trip, 1 Lab Demo, Documentation & System Integration/Test, NPN; CLIN 0008, 4 ea. Lambda 50A Power Supply, NPN; CLIN 0009, 4 ea. Pole Zero Tunable Filter; CLIN 0010, 4 ea. Pilot's Guide P/N 523-0778425; CLIN 0011, Senior Integration Engineer for support at customers facility (Manday Rate) person must be familiar with the design. NOTE: A STATEMENT OF WORK WILL BE PROVIDED ONLY UPON REQUEST. ASSEMBLY AND MODIFICATIONS WILL BE PERFORMED BY THE CONTRACTOR. Note: Specification for ARC-210 Based UHF Link 11 Relay System is: (1) Provide the capability to relay a Link-11 UHF signal; (2) The Link-11 relay truncation shall be less than 13 msec and capable of a double relay; (3) Transmit power 100 W; (4) Sensitivity -- 100 dBm minimum; (5) Operating frequency band 225 to 400 MHz; (6) System shall be based on the ARC-210 radio set; (7) Link-11 Relay shall be half duplex and bi-directional; (8) System shall have the capability to operate at all frequencies in the above frequency band with a minimum of 5% separation. This capability shall be demonstrated with a minimum of 45dB isolation between the antenna systems; (9) Each radio in this system shall have a manual control of frequency tuning; (10) This system shall not require manual tuning of the antennas or pre-selectors; (11) Input Power; 115 V 60 Hz single phase; (12) System shall be installed in an electronic equipment rack with all interconnections accomplished by the manufacturer. This rack shall include suitable power supplies to drive all equipment shown in block diagram that will be provided upon request (user external connections shall be input power and 2 antenna connections); and (13) The manufacturer shall provide power supply in rack and assembled input power cable(s) a minimum of 8 ft. long. Delivery is required by 13 July 2000. The Provision at FAR 52.212-1, Instruction to Offerors-Commercial Items (JUN 1999) applies to this acquisition. Offerors shall include a completed copy of FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (JUN 1999), with the Offer. The clauses at FAR 52.212-4, Contract Terms and Conditions-Commercial Items and 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-commercial Items apply to this acquisition. FAR 52.212-5 (b)(1),(2),(3), (5), (6), (7), (8), (9), and (16) apply to this solicitation. And the following clauses apply to this solicitation: 52.203-6, Restrictions on subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3). 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (E.O.11246) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793) 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration 931 U.S.C. 3332) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (46 U.S.C. 1241) A completed copy of DFARS 252-212-7000, Offeror Representations and Certifications-Commercial Items (NOV 1995), and 252.225-7006 Buy American Act-Trade Agreements-Balance of PaymentsProgram Certificate (MAR 1998) shall be provided with the offer. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JAN 1999), applies to this acquisition, and the following clauses, under paragraph (b) of DARS Clause 252.212-7001 also apply in this acquisition: 252.225-7001, Buy American Act and Balance of Payments Program (41 U.S.C. 10a-10d, E.O.10582) 252-225-7007, Buy American Act-Trade Agreements-Balance of Payments Program (41 U.S.C.10a-10d, 19 U.S.C. 2501-2518, & 19, U.S.C.3301 note) 252-225-7012, Preference for certain Domestic commodities 252-225-7021, Trade Agreements (19 U.S.C. 2501-2518, &19, U.S.C. 3301 note) 252.243-7002, Certification of Requests for Equitable Adjustment (10 U.S.C. 2410) 252.247-7024, Notification of Transportation of Supplies by Sea (10 U.S.C. 2631) DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate (DEC 991) and DFARS 252.204-7004, Required Central Contractor Registration (MAR 1998) apply to this acquisition. Space and Naval Warfare systems Center, San Diego intends to issue a sole source contract to Rockwell Collins, 400 Collins Road, N.E., Cedar Rapids, Iowa, 52498. The procurement is to build two (2) complete ARC-210 based UHF Link-11 Relay Systems in accordance with the above mentioned parts, specifications, and the Statement of Work. Rockwell Collins is the sole developer and manufacturer of the ARC-210 based UHF Link 11 Relay System. Note 22: The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within twenty (20) days after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Posted 02/01/00 (W-SN420794). (0032)

Loren Data Corp. http://www.ld.com (SYN# 0011 20000203\A-0011.SOL)


A - Research and Development Index Page