Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 11, 2000 PSA #2682
SOLICITATIONS

59 -- AIRBORNE VIDEO RECORDER AND IMAGE TRANSCEIVER (AVRIT) AIRBORNE SYSTEMS

Notice Date
September 7, 2000
Contracting Office
Aviation Applied Technology Directorate, U.S. Army Aviation and Missile Command, Attn: AMSAM-RD-AA-C, Building 401, Lee Blvd, Room 117, Fort Eustis, VA 23604-5577
ZIP Code
23604-5577
Solicitation Number
DAAH10-00-R-0010
Response Due
September 21, 2000
Point of Contact
Pattie Wells Contract Specialist 757-878-0104
Description
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. The solicitation number is DAAH10-00-R-0010 and is issued as a request for proposal (RFP). This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-19. The Standard Industrial Classification applicable to this solicitation is 3812. The size standard is 750. The Government intends to acquire the following: 23 Airborne Video Recorder and Image Transceiver (AVRIT) airborne systems, 8 AVRIT ground stations plus 2 additional Hi-8mm player/recorders (components of the ground station), 21 sets of interface cables, and training support for approximately 6 days at Fort Campbell, Kentucky and possible other CONUS locations. The intended source of supply is Phototelesis Corporation, 7800 IH West, San Antonio, Texas. Estimated delivery is by 28 February 2001 based on operational need and procurement lead time. The inspection/acceptance and FOB Point are Destination (Ft. Eustis, Virginia or other CONUS location(s)). The provision at 52.212-1, "Instructions to Offerors Commercial Items", applies to this acquisition without addenda. The provision at 52.212-2, "Evaluation -- Commercial Items", applies to this solicitation. The following factors will be used to evaluate offers: technical capability of the item offered to meet the Government requirement and price. Technical capability is paramount. System components are not solicited and will not be separately acquired. Offerors shall provide fully integrated systems. Offerors shall include completed copy of the provision at 52.212-3, "Offeror Representations and Certifications Commercial Items", with its offer. The clause at 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition without addenda. The clause at 52.212-5, "Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items", applies to this acquisition. The following optional clauses cited within 52.212-5 apply: FAR 52.203-6, "Restrictions on Subcontractor Sales to the Government, Alternate I"; 52.219-8, "Utilization of Small Business Concerns"; 52.222-21, "Prohibition of Segregated Facilities"; 52.222-26, "Equal Opportunity"; 52.222-35, "Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era"; 52.222-36, "Affirmative Action for Handicapped Workers"; 52.222-37, "Employment Reports on Disabled Veterans and Veterans of the Vietnam Era"; 52.232-33, "Payment by Electronic Funds Transfer Central Contractor Registration"; 52.247-64, "Preference for Privately Owned U.S. Flag Commercial Vessels". The clause at DFARS 252.212-7001, "Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items", applies to this acquisition. The following optional clauses cited within 252.212-7001 apply: 252.205-7000" Provision of Information to Cooperative Agreement Holder"; 252.225-7001, "Buy American Act and Balance of Payment Program; 252.225-7012, Preference for Certain Domestic Commodities"; 252.225-7014, "Preference for Domestic Specialty Metals"; 252.243-7002, "Requests for Equitable Adjustment"; and 252.247-7024, "Notification of Transportation of Supplies by Sea". Additionally, AATD local clause for Year 2000 Warranty-Commercial Supply Item applies. As previously noted, the intended source of supply is Phototelesis Corporation, San Antonio, Texas. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the Government. The AVRIT airborne system receives and transmits digitized images from existing AH-64A onboard sensors, similarly equipped aircraft, compatible ground stations and the Lightweight Video Reconnaissance System (LVRS) utilizing the secure radio system already installed on the AH-64A. It consists of an airborne image transceiver, remote control unit, airborne Hi-8mm recorder/video scanner, an Airborne Transceiver (ATR) power cable and ATR video I/O control cable. The ruggedized video recorder is a drop-in replacement for the existing video recorder and has been qualified for use on the AH-64A, and is compatible with military aircraft communication systems and airborne cryptographic equipment. The interface cables are needed to integrate the system in the aircraft. The AVRIT ground station is required to receive the transmitted data, and consists of a mobile ICE terminal laptop, and laptop to SINCGARS cable and a Hi-8mm portable player/recorder. These systems have been previously integrated, installed and tested operationally on the AH-64A. All responsible sources may submit a proposal which shall be considered. Proposals are due 21 September 2000, 4:00 p.m. local time. Written quotations should be sent to: Aviation Applied Technology Directorate, ATTN: AMSAM-RD-AA-C (P. Wells), Lee Blvd., Building 401, Ft. Eustis VA 23604-5577. Point of Contact is Mrs. Wells at (757) 878-0104, Facsimile (757) 878-0008, e-mail pwells @ aatd.eustis.army.mil.
Web Link
ERROR -- (pwells@aatd.eustis.army.mil)
Record
Loren Data Corp. 20000911/59SOL005.HTM (W-251 SN494107)

59 - Electrical and Electronic Equipment Components Index  |  Issue Index |
Created on September 7, 2000 by Loren Data Corp. -- info@ld.com