COMMERCE BUSINESS DAILY ISSUE OF JULY 12,2000 PSA#2640 Department of the Air Force, Air Force Materiel Command, AAC -- Air
Armament Center, AAC/PK, 205 West D Avenue, Suite 433, Eglin AFB, FL,
32542-6864 17 -- AIRCRAFT ARRESTMENT CABLE RETRACTION SYSTEM (AACRS) SOL
F0863500R0103 POC Angela Mitchell, Contract Specialist, Phone
(850)882-4685 ext. 339, Fax (850)882-9381/8852, Email
mitchela@eglin.af.mil -- Karen Turner, Contracting Officer, Phone
850-882-4586x316, Fax 850-882-9381, Email WEB: Visit this URL for the
latest information about this,
http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=F0863500R0103&LocID=1182. E-MAIL: Angela Mitchell, mitchela@eglin.af.mil. This is
a combined synopsis/solicitation for commercial items prepared IAW the
format in FAR 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. Solicitation F08635-00-R-0103 is a
Request for Proposal (RFP) based on provisions and clauses in effect
through Federal Acquisition Circular 97-18. This contemplated action
will not be a small business set aside based on previous contact with
industry for those entities possessing SIC code 3728 and with 1000 or
fewer employees. A Firm Fixed Price (FFP) contract is planned for the
basic effort and four (4) one year options. Proposals from Foreign
sources are anticipated for this Foreign Comparative Testing Program
The Government intends to award a single contract for Contract Line
Item Number (CLIN) 0001. The Government will conduct verification tests
on the system, and subsequently award option CLINs only to the single
contractor whose system the Government determines to represent the best
value, considering technical capability, past performance,
logistics/supportability, and price. The Government is anticipating
procuring two (2) systems per option year. The price range for the
basic and option years is less than $5M. CLIN 0001 Aircraft Arrestment
Cable Retraction System (AACRS) for Test. Qty 1. F.O.B. Destination,
Des Moines, Iowa. Delivery not later than (NLT) 8 months after contract
award (ACA). Each unit shall be a complete commercial, off-the-shelf
(COTS), Aircraft Arrestment Cable Retraction System, for one end of a
150 foot wide runway to interface with the existing Model Barrier
Arresting Kit (BAK)-12 Aircraft Arresting System, using a standard 1 14
inch steal wire rope (cable), which is located approximately 1500 feet
from the end of runways of several Air Force Bases and joint use
Civilian airports. System performance requirements are listed below in
paragraph (i). The contractor shall provide one hard copy of
installation drawings, operation and maintenance manual(s) with each
system. Option CLIN 0002 Aircraft Arrestment Cable Retraction System
(AACRS). Qty Variable. F.O.B. Origin. Delivery to begin NLT 8 months
after option exercise. Provide firm fixed prices for one to four
systems in each of four years, starting in year 2 after initial
contract award. Price systems for runway widths of 150, 200, and 300
feet. Provide quantity price breaks where appropriate. The contractor
shall provide one installation, operation and maintenance manual with
each system. System performance requirements are listed below in
paragraph (i). Option CLIN 0003 Pre-Operational Support (POS). Qty 1.
F.O.B. Destination. Delivery as required. The contractor shall provide
maintenance and repair support for the system during Government
testing. This support shall be provided _on-call, as required_ to
resolve/repair major or catastrophic failures, including replenishment
of components expended from the spares/repair kit. Response time from
notification to arrival at the site shall be not more than 72 hours
from notification by the Government Contracting Officer. POS shall be
priced in increments of one month. Option CLIN 0004 Interim Contractor
Support (ICS). Qty 1. F.O.B. Origin. Begin delivery immediately upon
option exercise. The contractor shall provide ICS at the contractor_s
facility, inclusive of all repairs, support equipment, investment and
expense spare parts for all systems procured under CLIN 0002. ICS shall
be priced in increments of one year. Option CLIN 0005 Technical
Training Support. Qty 1. F.O.B. Destination. Delivery as required. The
contractor shall provide training support to the Government covering
but not limited to the following topics: Theory of operation, operating
and maintenance procedures, troubleshooting and fault isolation,
preventative maintenance and servicing, repairs, safety, assembly,
installation, tear-down, safety, and reconstitution. Technical Training
Support shall be priced in increments of days of training required for
classes of 20 people each. Option CLIN 0006 Spares/Repair Kit. Qty
Variable. F.O.B. Destination. Deliveries to begin NLT 3 months after
option exercise, completing NLT 8 months after option exercise. The
contractor shall identify and provide Spares/Repair Kits in the
configuration identified by the contractor based on analysis. The
Spares/Repair Kit is that set of spares/repair parts that will sustain
a set of installed systems for 60 days of continuous use. These kits
could be stored internal to each individual system or carried in an
external container for a set of systems. The contractor should use a
simple repair level analysis to determine which option would most suit
their system. Option CLIN 0007 Motorola Radio Control Kit. Qty
Variable. F.O.B. Destination. Deliveries to begin with CLIN 0002
deliveries. The contractor shall provide the Motorola MOSCAD system for
control of up to 4 AACRS systems. Any MOSCAD system programming will be
performed by the contractor as part ofinstallation. Option CLIN 0008
Data. 1 Lot. F.O.B. Destination. The contractor shall provide
Installation drawings, operation and maintenance manual with each
system. Option CLIN 0009 Supplemental Data. 1 Lot. F.O. B. Destination.
The contractor shall provide supplemental data as required to be used
in conjunction with Commercial Technical Manuals for Option CLIN 0002.
(i) System Performance Requirements: The Cable Retraction System will
be used as a permanent installation and must be capable of allowing
arrestments in either runway direction. If an engine is part of the
system, it must be capable of operating on JP-8 aviation and diesel
fuel. Electrical power requirements should be compatible with 110/220
Volts 60 Hertz and/or 220 Volts 50 Hertz. Full operation between -40
and +125 degrees Fahrenheit is required. The system must be capable of
remote operation from the airfield control tower. The reaction time to
place the arresting cable in place above the runway must be within 3
seconds from remote activation. A manual back-up is required to raise
and/or lower the system in case of primary power system failure. The
system should be capable of remaining in use for a minimum of 10 years
without major overhaul or component replacement. The system should be
logistically supportable for a 40 year life. The runway portion must
be capable of interfacing with up to a 1.25-inch wire rope (cable) and
maintaining a minimum cable height of 2 inches across the runway. The
cable/pendent length will vary by runway width from a minimum of 150
feet to a maximum of 300 feet. It must be easily maintained and
repaired in the field. It is anticipated that existing technologies and
products can satisfy the above requirements to allow a runway surface
clear of cables for commercial aircraft and military transport
aircraft. (a) Warranty. The contractor shall provide a standard
commercial warranty and include their warranty documentation in their
proposal for evaluation. (ii) Documentation: The contractor shall
provide in the proposalall commercial technical manuals (CTMs),
drawings, schematics, parts lists, etc. available on the equipment
(Portable Document Format (PDF) preferred). The Government will review
the commercial technical manuals (CTMs) for accuracy and completeness
in accordance with MIL-HDBK-1221. Additionally, the contractor shall
provide in their proposal all existing Reliability, Availability, and
Maintainability data, including, but not limited to Mean Time To
Repair, Mean Time Between Failure, and Mean Time Between Critical
Failure on the proposed system. Contractor summary format is
acceptable. (iii) Support Concept: The Government intends to perform
organizational/field level maintenance to include servicing, removal,
and replacement of defective parts, preventive maintenance actions, and
operational checkout procedures in the field. For all other maintenance
beyond the capability of the organizational user, the item will be
returned to the manufacturer for repair or disposition. The offeror
shall provide as part of their proposal an outline detailing how parts
are presently ordered, processed, billed, shipped, and delivered to
their existing customers at any location throughout the world. The
offeror shall identify the approximate time required to process and
deliver, a) routine parts requests and b) priority parts requests to
stateside and overseas locations. The offeror shall also identify if
their parts have previously been screened and cataloged through General
Services Administration or other Government agency. (iv) Reviews: The
contractor shall propose and provide support for the following reviews
on the dates and at the locations indicated: (a) Post Award, 30 days
ACA, Contractor_s Facility; (b) Program Management/Supportability
Reviews, up to every 3 months ACA for up to 1 year, Contractor_s
facility. (v) Other Instructions: The following FAR clauses apply to
this solicitation: 52.212-1, Instructions to Offerors _ Commercial;
52.212.-2, Evaluation _ Commercial Items; (Evaluation will be based on
Technical, Priceand other Factors); 52.212-3, Offeror Representations
and Certifications (Offerors shall submit a completed copy of the
Representations and certifications with their offers);_ Commercial
Items: 52.212-4, Contract Terms and Conditions -- Commercial Items and
52.212-5, Contract Terms and Conditions Required to Implement Statutes
or Executive Orders _Commercial Items. The following clauses are also
incorporated by reference; 52.217-7; 52.222-26; 52-222-35; 52-222-36;
52.242-12; 52.246-2; 52.247-30; 52.247-34; 52-247-64; 52.249-1;
252.212-7001; 252.246-7000; and 5352.246-9002. The Government will
award a contract resulting from this solicitation to the responsible
Offeror whose offer conforming to the solicitation will be most
advantageous to the Government. The following equally important factors
shall be used to evaluate offers: a) Technical Capability of the item
offered to meet the Government_s requirements; b) Past Performance of
the Offeror; c) Logistics/Supportability; and d) Price. Written
proposalsshall be submitted to AAC/WMO, Attn: Angela Mitchell, 314 W.
Choctawhatchee Avenue, Suite 104, Eglin AFB, FL, 32542-5717, 7:30 AM --
4:30 PM M-F. Proposals due NLT 3:30 PM CDT, 45 days from date of this
announcement. Questions may be addressed to the Contracting Officer,
Karen Turner, (850) 882-4685, x316, fax (850) Posted 07/10/00
(D-SN472755). (0192) Loren Data Corp. http://www.ld.com (SYN# 0216 20000712\17-0002.SOL)
| 17 - Aircraft Launching, Landing and Ground Handling Equipment Index
|
Issue Index |
Created on July 10, 2000 by Loren Data Corp. --
info@ld.com
|
|
|