Loren Data Corp.

'

  
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