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