Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 3,2000 PSA#2634

Naval Air Warfare Center TSD, Code 257, 12350 Research Parkway, Orlando FL 32826-3275

67 -- PROCURE AND INSTALL PROJECTORS FOR DEVICE 2F132 TACTICAL OPERATIONAL FLIGHT TRAINER (T-OFT) SOL N61339-00-T-0102 DUE 061400 POC Mary Lu Macclary, 407-380-4155 WEB: NAWCTSD Homepage, Request for Quote, http://www.ntsc.navy.mil/contract/procure.htm. E-MAIL: Mary Lu Macclary, NAWCTSD Code 25713, macclaryml@navair.navy.mil. 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; REQUEST FOR QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. SOLICITATION NUMBER N61339-00-T-0102 IS ISSUED AS A REQUEST FOR QUOTE (RFQ) and incorporates the provisions and clauses in effect through Federal Acquisition Circular 97-17. ALL REFERENCED TO "OFFERS" ARE UNDERSTOOD TO BE "QUOTES". THE SOLICITATION SHALL BE AWARDED ON A SOLE SOURCE BASIS TO APPLIED TECHNOLOGIES, INC. 1.0 INTRODUCTION This Statement of Work (SOW) establishes the requirements for material and non-personal support services to integrate and install new commercial off-the-shelf (COTS) projectors in the Naval Reserve (USNR) F/A-18 Operational Flight Trainers (OFTs). This SOW describes the tasks required to support the Naval Air Warfare Center Training Systems Division (NAWCTSD) in accomplishing this initiative. The period of performance for this effort is to be determined. 2.0 TECHNICAL SERVICES REQUIRED 2.1 Scope The work required by this contract shall be performed in accordance with this SOW. The Contractor shall procure the hardware, design, build and manufacture all required fittings and projector mounts, and conduct installation at Joint Reserve Base, Ft Worth, TX.; Naval Reserve Air Station, New Orleans, LA.; Naval Reserve Air Station, Atlanta, GA.; Naval Air Reserve Base, Andrews AFB. 2.2 Detailed Tasks 2.2.1 The Contractor shall procure a total of sixteen (16) BARCO Graphics 808 HS projectors. 2.2.1.1 The Contractor shall procure a total of twelve (12) BARCO Graphics 808 HS projectors for installation in Device 2F132 (Serial Numbers 9, 10,11,12), three (3) projectors per site listed in Section 2.1. Each projector shall include the applicable Lens Assembly and Electronics Package. The Contractor shall procure a total of four (4) BARCO Graphics 808 HS projectors as spares, one (1) per site listed in Paragraph 2.1. The Contractor shall procure a total of twelve (12) of the following CRT spares for the sites listed in paragraph 2.1: (a) 76-271112K CRT 8" MEC 808s RED ( 1 each, X 4 sites) (b) 76-27115K CRT 8" MEC 808s GREEN ( 1 each, X 4 sites) (c) 76-27116K CRT 8" MEC 808s BLUE ( 1 each, X 4 sites). 2.2.2 For each location, the Contractor shall design, develop, fabricate, and test adapter mounts for the BARCO Graphics 808 HS projectors. 2.2.3 The Contractor shall install the projectors at each location and provide technical support throughout the duration of this initiative. The Contractor shall perform the installation, alignment, and testing of the suite of projectors at each location. 2.2.3.1 The Contractor shall perform the following tests for each 2F132 device in accordance with Device 2F132 TOFT Trainer Test Procedures and Results Report (TTPRR), Volume VI (Visual Systems Tests) dated December 1994. Levels of Detail test, TTPRR reference 1.5; Colors test, TTPRR reference 1.6; Field of view test, TTPRR reference 3.1; Resolution and Dynamic range test, TTPRR reference 3.2; Contrast test, TTPRR reference 3.3; Luminance Test, TTPRR reference 3.4; Luminance Variation test, TTPRR reference 3.4.1; Channel Edge Matching, TTPRR reference 3.5; Geometry (Reference to be Provided); Color Convergence (Reference to be Provided); Collimation (Reference to be Provided). 2.2.4 The Contractor shall identify and correct all interface compatibility problems between the new projectors and the existing systems. This shall include optical, mechanical, electrical, and electronic/video interfaces. This effort shall also include technical support in conjunction with the COMS contractor at each site to accomplish needed tuning and adjustments of the existing systems. 2.2.5 The Contractor shall provide technical training, at each location, to ensure adequate transition to the new projectors and associated hardware interfaces. The Contractor shall also provide technical training on the removal and installation of spare CRT tubes from each projector. 2.3 Technical Data 2.3.1 Commercial Off-The-Shelf (COTS) Manuals. The Contractor shall provide COTS Operations Manuals and Service Manuals to each location for all hardware associated with the projector procurement and installation. The Contractor shall procure a total of five (5) sets of COTS manuals, one (1) set to each location, and one (1) set to NAWCTSD. Other Detailed Costs. 2.4.1 Equipment List The following materials will be procured under this Contract: BARCO Graphics 808 HS with Simu-Advanced, Convergence on Green, Horizontal Linearity Mod and Contrast Modulation. ATI Article # 5101-1-A. ATI 808 HS Mount / Custom. ATI Article # 5101-2. Custom Patch Field, Cable, Connectors, Rack. ATI Article # 5101-3. CRT 8" MEC 808s RED. ATI Article # 76-271112K. CRT 8" MEC 808s GREEN. ATI Article # 76-27115K. CRT 8" MEC 808s BLUE. ATI Article # 76-27116K. 2.5 Expertise. 2.5.1 The contractor will have a thorough working knowledge and adequate skills to perform those tasks described in paragraph 2.0, Technical Services Required. 2.5.2 Subject Matter. A thorough understanding of hardware interface compatibility problems and resolutions with the existing mechanical and optics assembly into the T-OFT. 3.0 PERFORMANCE CRITERIA. 3.1 Place of Performance. The work is to be performed at on-site at the following Government installations: NAS JRB FT. WORTH, TX, Naval Air Station, Joint Reserve Base, 1752 Eisenhower Ave., Ft. Worth, TX 76127-1752. COR: Mr. Mark Van Minsel (Flight Simulator Code N74) Phone: 817-782-5525, DSN: 739-5525, FAX: 817-782-5526. NAS JRB NEW ORLEANS, LA., Naval Air Station, Joint Reserve Base, P.O.Box 31, New Orleans, LA 70143-5012. COR: Mr. Nolan Sessions (Code 007), Phone: 504-678-3268, DSN: 678-3268, FAX: 504-678-3413. NAS JRB ATLANTA, GA., Naval Air Station, Code 70, 1000 Halsey Ave., Marietta, GA 30060-5099. COR: CAPT Raymond H. LeGall, Phone: 770-919-6798, DSN: 925-6798. NAF WASHINGTON D.C., Naval Air Facility, 1 San Diego Loop, Bldg. 3198, Andrews AFB, MD 20762-5518. COR: LT Lowell (Code 30), Phone: 301-981-5504 / 4494, DSN: 358-5504 / 4494, FAX: 301-981-3973. 3.2 Hours of Work. This task requires the Contractor to perform work not to interfere with normal reserve weekend training. Devices will be made available to the Contractor from 0800 Monday to 1200 on Friday. The Contractor will be granted access to the Government facilities as required for this task. 3.3 Security and Privacy Act. 3.3.1 Clearances: All personnel assigned to this project shall have a Secret clearance to allow access to the trainer facilities. The Contractor shall be responsible for ensuring that all clearance information and visit requests are provided to the proper security personnel at the Government facilities. 3.3.2 Privacy Act: No privacy act information access is anticipated. 4.0 PERSONAL SERVICES. The Client Representative has been briefed on the avoidance of personal services and those actions that represent personal services. THIS ACQUISITION IS A sole source procurement.DELIVERY AND FINANCE ADDRESSES WILL BE PROVIDED UPON AWARD. THE FOLLOWING PROVISIONS APPLY TO THIS ACQUISITION: FAR 52.212-1, INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS; FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS; FAR 52.212-4 CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS; FAR 52.212-5(DEV) CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS. The following clauses of DFARS 52.212-7001(b) and (c) apply: 252-225-7001. A COMPLETED COPY OF THE FOLLOWING MUST BE INCLUDED WITH THE QUOTE: FAR 52.212-3 AND DFARS 252.212-7000. The following clauses also apply: DFARS 252.204-7004, "Required Central Contractor Registration" and "Year 2000 Warranty -- Commercial Supply Items". DELIVERY AND FINANCE ADDRESSES WILL BE PROVIDED UPON AWARD. RESPONSES TO THIS RFP MUST BE RECEIVED BY 14 JULY 2000 AT 4:00 P.M. EASTERN STANDARD TIME AT THE NAVAL AIR WARFARE CENTER, 12350 RESEARCH PARKWAY, ORLANDO, FLORIDA 32826-3224. POC IS MARY LU MACCLARY (407) 380-4155 FOR INFORMATION REGARDING THIS SOLICITATION. ALL INQUIRIES AND CONCERNS MUST BE ADDRESSED IN WRITING. CONTRACTORS ARE ENCOURAGED TO REVIEW THE CBD FROM TIME TO TIME TO OBTAIN THE MOST CURRENT INFORMATION AVAILABLE, SUCH AS AMENDMENTS TO THIS SYNOPSIS/SOLICITATION. SIC CODE IS (TBD) employees). THIS WILL BE A FIRM FIXED PRICE REQUIREMENT (FFP). **** Posted 06/29/00 (W-SN470357). (0181)

Loren Data Corp. http://www.ld.com (SYN# 0465 20000703\67-0003.SOL)


67 - Photographic Equipment Index Page