COMMERCE BUSINESS DAILY ISSUE OF MARCH 23, 2001 PSA #2814
SOLICITATIONS
17 -- PORTABLE AIRFIELD LIGHTING SYSTEM(S) (PALS)
- Notice Date
- March 21, 2001
- 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
- DAAH10-01-R-0002
- Response Due
- April 25, 2001
- Point of Contact
- Rhonda M. Chase (757) 878-3766
- E-Mail Address
- Point of Contact for this notice (rchase@aatd.eustis.army.mil)
- 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 DAAH10-01-R-0002 and is issued as a request for proposal. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97- 23. The North American Industry Classification System applicable to this solicitation is 334511. The size standard is 750. The Government intends to acquire runway and landing zone (LZ) Portable Airfield Lighting System(s) (PALS) that will give Army Air Traffic Services (ATS) organizations a capability to maximize successful covert aircraft recovery at night, in battlefield obscurants, and during adverse weather conditions. Two separate requirements runway and LZ system exist for conduct of Government evaluation and requirements definition. Additionally, there is a requirement for associated test support including a spare/repair parts package to support the six-month Government test and evaluation, and training. View the complete specifications at http://www.aatd.eustis.army.mil/docs/PALSCBD.doc. The runway PALS will provide the necessary elements to establish up to 10,000 feet of runway on improved or unimproved airfield landing sites. The runway PALS utilizes enhanced vision technologies, including visual approach path indicators, and night vision device (NVD) compatibility. The runway PALS provides accurate runway centerline lineup cues along with glide path lineup indications during landing approach to the airfield or helipad/landing zone. The Government minimum requirement is to acquire one each runway PALS and one each LZ PALS together with associated spare/repair parts and test/training support. However, to maximize the user exposure to the LZ PALS and increase robustness of the evaluation, the Government desires to acquire, subject to affordability, up to three (3) additional LZ PALS systems that are man-portable, lightweight, night vision device compatible and used primarily during forward arming and refueling point (FARP) operations. The system utilizes enhanced vision technologies, including visual approach path indication, and provides glide path lineup indication during landing approach to the LZ. Additionally, PALS will include the capability to be remotely operated with security features to minimize unauthorized frequency control. The PALS must provide for runway and landing zones, departure and approach light markings with visible spectrum lighting capable of being visually acquired by the unaided eye at tactical aircraft operating altitudes at a minimum range of 2.0 nautical miles (nm) under visual meteorological conditions (VMC) and 0.5 nm under instrument meteorological conditions (IMC). The PALS must have the capability to provide accurate visual approach paths, which are visible to the unaided eye and through NVDs. As a minimum, the PALS must be capable of presenting an approach path glideslope, for aircraft recovery operations, extending out to a night visual range of 10.0 nm unaided and under NVDs. The system shall conform with eye safety regulations. The Government will award contract(s) resulting from the solicitation to the responsible offeror(s) whose offer(s) conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately. The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer. 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 compliance of the item offered to meet Government requirements, price, past performance and intellectual property. The evaluation factors are listed in descending order of relative importance. However, technical compliance, past performance and intellectual property when combined, are more important than price. For technical compliance, the Government will evaluate the areas of technology, operational suitability, transportability, and reliability. The proposal should include advanced features of the system, how the system is supported in the field, how spare parts and obsolescence will be handled, how the system can be transported (i.e. man transportable, sling loadable), Mean Time Between Failure, Mean Time Between Operation Mission Failure, Mean Time To Repair, and operational availability. To facilitate price analysis, information on prices at which the same or similar items have been sold to other customers and/or in the commercial market should be provided. To facilitate evaluation of past performance, the offeror should submit a description of all awarded contracts for items that are similar to those contained in this solicitation, including all prime and subcontracts, received over the last 3 years. The description should include; contract numbers, points of contact and contact information, contract amount, delivery schedule and a statement of the effort required under each contract. The Government will evaluate any potential advantages or disadvantages to the Government of status of uncertainty of intellectual property rights affecting this requirement. Offerors shall explain the status of patents, technical data, software and software documentation, as well as trade secrets affecting system life support and costs. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items with its offer. (note that the required fill-in for para (I) 1 is "NA".) 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"; FAR 52.219-8, "Utilization of Small Business Concerns"; FAR 52/219-9, "Small Business Subcontracting Plan"; FAR 52.225-13, Restriction on Certain Foreign Purchases"; FAR 52.222-21, "Prohibition of Segregated Facilities"; FAR 52.222-26, "Equal Opportunity"; FAR 52.222-35, "Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era"; 52.222-36, "Affirmative Action for Handicapped Workers"; FAR 52.222-37, "Employment Reports on Disabled Veterans and Veterans of the Vietnam Era"; FAR 52.232-33, "Payment by Electronic Funds Transfer Central Contractor Registration"; FAR 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"; 252.219-7003, "Small Business and Small Disadvantaged Business Subcontracting Plan (DoD Contracts)"; 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"; 252.227-7015, "Technical Data Commercial Items"; 252.227-7037, "Validation of Restrictive Markings on Technical Data"; 252.243-7002,"Requests for Equitable Adjustment"; 252.247-7023, "Transportation of Supplies by Sea"; 252.247-7024, "Notification of Transportation of Supplies by Sea". The full text of referenced clauses may be viewed at http://web2.deskbook.osd.mil/default.asp. The anticipated Period of Performance for this contract is 9 months, including training and test support, with delivery of hardware within 120 days after contract award. The inspection/acceptance and FOB Point are Destination at Fort Bragg, North Carolina. The anticipated award date for this contract is June 2001. All responsible sources may submit a proposal which shall be considered. Proposals are due 25 April 2001. NOTE: Submission by facsimile or electronic means is NOT authorized Written proposals should be sent to: Aviation Applied Technology Directorate, ATTN: AMSAM-RD-AA-C (Ms. Rhonda Chase), Lee Blvd., Building 401, Ft. Eustis, Virginia 23604-5577. Point of Contact is Ms. Rhonda Chase at (757) 878-3766, facsimile (757) 878-0008, and email is rchase@aatd.eustis.army.mil.
- Web Link
- Click here to download a copy of the specifications (http://www.aatd.eustis.army.mil/docs/PALSCBD.doc)
- Record
- Loren Data Corp. 20010323/17SOL003.HTM (W-080 SN50G916)
| 17 - Aircraft Launching, Landing and Ground Handling Equipment Index
|
Issue Index |
Created on March 21, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|