SOLICITATION NOTICE
70 -- Auto Flight Control System (AFCS) Computer Operational Test Program Set
- Notice Date
- 12/16/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- USPFO for Missouri, 7101 Military Circle, Jefferson City, MO 65101-1200
- ZIP Code
- 65101-1200
- Solicitation Number
- DAHA23-03-T-0016
- Response Due
- 1/14/2003
- Archive Date
- 3/15/2003
- Point of Contact
- Patsy Huth, 573-638-9629
- E-Mail Address
-
USPFO for Missouri
(patsy.huth@mo.ngb.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- NA 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 paper copy of solicitation will not be issued. However, it may b e viewed electronically at www.uspfo-mo.org. This notice is issued as a Request for Quotation (RFQ), and this document serves as the solicitation. Solicitation number is DAHA23-03-T-0016. Solicitation document and incorporated provisions and clauses are current through Federal Acquisition Circular 2001-09. The procurement is 100% set aside for small businesses using SIC code 7372. Contractor is to provide Auto Flight Control System (AFCS) Operational Test Program Set (OPTS) for test and repair of UH-60 components for aircraft. Quantity is for 2 each. Specifications describe test system software and hardware for testing the AFCS Computer P/N CP-1446/A. Specs. follows: 1.0 Scope 1.0.1 The test system described herein consists of test platform hardware, software, and interface devices. 1.0.2 Test system hardware provides instrumentation, stimuli and power signals to the CP-1446/A. 1.0.3 Test system software provides instructions to the hardware on how to apply signals to the CP-1446/A. 1.0.4 Interface devices allow connectivity between the hardware and CP-1446/A. 1.0.5 Technical documentation on the CP-1446/A is not available. Hardware 2.01 The test system hardware shall provide appropriate signals to the CP-1446/A to simulate real aircraft flying conditions. 2.02 Input signals shall include 3-wire synchro signals for No. 1 and No. 2 pitch, roll, and yaw gyros. 2.03 A 3-wire synchro for heading indication shall be supplied by the test system hardware. 2.04 Airspeed input shall be simulated. 2.05 Collective stick position sensors shall be simulated. 2.06 Lateral accelerometers shall be simulated. 2.07 All input signals shall be capable of simultaneous input. 2.08 All analog outputs from the CP-1446/A shall be continually monitored. 2.09 The analog outputs shall be Pitch Bias, Pitch SAS2, Roll SAS2, Yaw SAS2, Yaw Trim Actuator, Roll Trim Actuator. 2.0.10 SAS valve current feedback shall be monitored. 2.0.11 Pitch trim current shall be monitored. 2.0.12 115VAC 400 Hz and reference signals shall be provided to the CP-1446/A. 2.0.13 Pedal and stick force shall be monitored. 2.0.14 Pilot and Copilot stick controls shall be simulated. 2.0.15 Pedal and Mode select inputs shall be simulated. 2.0.16 Hardware shall be a single benchtop unit not exceeding 75 lbs. 3.0 Software 3.0.1 Software shall utilize hardware described in paragraph 2. 3.0.2 Software shall perform complete operational status of the CP-1446/A via emulation testing methods. 3.0.3 Software shall perform emulation in the GND and normal flight conditions. 3.0.4 Software shall perform invoke CP-1446/A BIT test. 3.0.5 Software shall provide hookup instructions (both test and pictorial). 3.0.6 Software shall operate using Windows 95 or Windows 2000 operating system. 3.0.7 Software shall provide test print outs consisting of all test results (both pass and fail) 3.0.8 Software shall provide real time, on screen test results for each test, including actual and expected output 3.0.9 Test execution history and all results shall remain accessible during and at conclusion of the test. 3.0.10 Software shall compare and display the accepted measurements and waveforms versus the actual acquired values. 3.0.11 Software shall, upon detection of a failure, stop the test, display the failure, maintain the test configuration, display corrective actions and allow probing of the circuit using the probe connections provided by the hardware in section 2. 4.0 Interface Connection Device 4.0.1 The interface connection device (ICD) shall provide the connection between the CP-1446/A and the test hardware. 4.0 .2 The ICD shall be removable to allow future software programs to be executed using the hardware described in section 2. 4.0.3 The ICD shall contain all necessary loads to the CP-1446/A to allow proper emulation. 5.0 Delivery required 45 days after contract is issued. Delivery location is 2501 Lester Jones Ave., Springfield, MO 65803. Offerors shall submit with quotation package brand name of product, part number and specifications. Said specifications shall meet parametric data specified in Army technical manual TM 11-1520-237-23-2, Cha pter 13. In accordance with FAR 52.212-2, Evaluation Factors are Technical Specifications, Past Performance, Delivery Date and Cost. (The first three factors are equal in rating value. Offerors with no past performance history will submit not less than six Government agencies with whom they have done business. Said list will have a point of contact from Company and telephone number.) Award will be made based on BEST VALUE to the Government. Include a completed copy of provision at FAR 52.212-3, Offer or Representation and Certifications. Government intends to evaluate quotations and award a contract without discussion; however, the Government reserves the right to conduct discussions, if determined to be necessary. Should discussions be deemed neces sary, they will be conducted either orally or in writing only with offerors who are determined to be in the competitive range. Offeror will be given an opportunity to correct deficiency and resubmit offer. The following provisions and clauses apply to ac quisition. FAR 52.212-1, Instructions to Offerors--Commercial Items, 52.212-4, Contract Terms and Conditions, 52.219-6, Notice of Total Small Business Set-Aside, 52.242-13, Bankruptcy, 52.247-34 FOB Destination. FAR Clause 52.212-3, Evaluation--Commercia l Items, 52.212-3, Offeror Reps & Certs, and 52.252-2 Clauses Inc. by Reference. FAR 52.212-5 lists the following clauses: 52.203-6, Restrictions on Subcontractor Sales, 52.219-8, Utilization of Small Business Concerns, 52.219-9, Small Business Subcontra cting Plan, 52.219-14, Limitations on Subcontracting, 52.222-21, Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35, EO for Special Disabled Veterans, 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-37, Employm ent Reports on Special Disabled Veterans, 52.222-19, Child Labor, 52.232-33, Payment by Electronic Funds Transfer 52.232-36, Payment by Third Party, 52.252-2, DFAR Clauses are: 252-204-7004, Required Central Contractor Registration, 252.212-7000, Offeror Reps and Certs, 252.225-7001, Buy American Act and 252.225-7036, Buy American Act, North American Free Trade. Clauses may be accessed electronically at web site: http://farsite.hill.af.mil . Quotations are due Tuesday, January 14, 2003, at 10:00 A.M. ( CDT). Quotations with specifications may be mailed to: USPFO for MO, Attn: NGMO-PFC (Patsy Huth), 7101 Military Circle, Jefferson City, MO 65101. Questions may be directed to: patsy.huth@mo.ngb.army.mil NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (16-DEC-2002). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 17-DEC-2002. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/NGB/DAHA23/DAHA23-03-T-0016/listing.html)
- Place of Performance
- Address: USPFO for Missouri 7101 Military Circle, Jefferson City MO
- Zip Code: 65101-1200
- Country: US
- Zip Code: 65101-1200
- Record
- SN00225641-F 20021219/021217214028 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |