SOLICITATION NOTICE
66 -- Combination & Miscellaneous Instruments
- Notice Date
- 9/8/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- N00178 17320 Dahlgren Road Dahlgren, VA
- ZIP Code
- 22448-5100
- Solicitation Number
- N0017803R3133
- Response Due
- 9/16/2003
- Archive Date
- 12/30/2003
- Point of Contact
- XDS13-13 540-653-7765 XDS13-13 540-653-7765
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with 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. The Naval Surface Warfare Center, Dahlgren Division (NSWCDD) intends to purchase on a sole source basis the following: CLIN 0001 - two (2) Varigen Digital Electronic Warfare Simulators from Varilog Research, Inc, 5020 Sunnyside Ave, Ste 203, Beltsville MD 20705-2307. The simulators are to support the production of the AN/SLQ-32(V) threat databases, produced and delivered to the U.S. Fleet annually; to support upgrades to the AN/SLQ-32 system under the Surface Electronic Warfare Improvement Program (SEWIP); and to support interoperability testing and threat datab ase development for Rapid ASM Integrated Defense System (RAIDS), Shipboard Self Defense System (SSDS), and NULKA programs. Each unit is designed to interface specifically to the AN/SLQ-32(V). The Naval Surface Warfare Center Dahlgren Division (NSWCDD) is the Tactical Software Support Center (TSSC) for the Anti-Ship Missile Defense System (ASMD) AN/SLQ-32 (V). The AN/SLQ-32 is a surface electronic warfare system on board all U.S. Navy surface combatants and some foreign military combatants. The TSSC is responsible for researching/developing/formatting threat emitter data for use on digital /RF simulators as well as the AN/SLQ-32. This threat emitter data is formatted into geo-graphically tailored threat libraries once all of the testing using the digital simulator is complete. The threat libraries will identify an emitter, notify the operator of the type of threat and in s ome cases automatically activate the combat system. The DTEWES is a system that will verify that the threat libraries have been properly developed that will be repeatable from a simulation standpoint. The contractor shall provide a digital simulator capable of generating Pulse Descriptor Words (PDW) with multiple outputs capable of injection into the AN/SLQ-32. The simulator shall be capable of generating RF, Frequency Modulation, Pulse Modulation, Scan, and the system shall be capable of generating platforms with movement. The contractor shall provide the system with the following attributes: Multiple simultaneous beams with beam attributes & pointing dynamics specified independently of pulse repetition frequency (PRI), pulse width (PW), Radio Frequency (RF), and Modulation on Pulse (MOP) characteristic. Multiple searching and target tracking segments, other multi-segme nt complex scan patterns with accurate modeling of dead times and bar transitions. The system shall also have multiple segments of repeated sequences (or constant values) in PRI and RF domains, based on either time or number of pulses, with transitions optionally synchronized to scan segment transitions. The system shall also perform position modulation or on/off keying (PCM) on individual pulses within a frame. Specific Characteristics - The contractor shall provide software to enable a minimum of 512 platforms. The contractor shall provide software and firmware to enable a dense environment to include a minimum of 1023 emitter modes. Pulse Density - The system shall be capable of generating 1 (one) million pulses per second (Mpps) for a mix of complex emitters. The system shall generate 4 (four) Mpps for a mixture of high PRF emitters. PRI: The system shall be capable o f performing the following modulations: jittered, fixed, saw tooth, sinusoidal, triangular, dwell switching, and discretely jittered. The system shall be capable of performing the following RF types: single, agile, fixed sequence, multibeam, modulating, dwell, switching, discretely agile (random selection from value set). The system shall have the capability to accurately simulate the following scans: omni, circular, sector, raster, conical, spiral, palmer, simultaneous az/el sector, and random. Hardware Requirements - The simulator shall be operated by a notebook computer (2 GHZ min. with 512 mega byte RAM min., 100 base T Ethernet, CD-RW, 40 G byte removable hard drive min., Windows 2000 or XP operating system serving as the scenario computer and a 19inch rack mountable main unit of depth not exceeding 24 inches and a height not exceeding 15 inches. Government Furnished Equipment (GFE): Interconnecting cables from the simulator to the AN/SLQ-32, AN/SLQ-32 drawings and documentation. Software: The simulator operating system shall be Windows 2000 based with drag and drop editing available for scenarios and libraries. Documentation: The contractor shall provide a detailed document of maintenance and operating instructions. On site hands on training shall be provided on delivery. Classification: The system will be classified Secret once scenarios have been installed. The items shall be delivered 150 days from date of contract. This acquisition will be a Firm Fixed-Price contract. All items shall be delivered, inspected, and accepted FOB destination to NSWCDD. The solicitation number is N00178-03-R-3133; it is issued as a request for proposal (RFP). This requirement is being processed IAW the procedures in FAR Part 13.5. The solicitat ion document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-15, dated 25 August 2003, and DFARS Change Notice 20030821 dated 21 August 2003. The North American Industry Classification System (NAICS) Code is 541511 with a size standard of 500 employees. The offeror shall provide a copy of the standard commercial warranty or better that is applicable to the items contained in this solicitation. FAR 52.212-1, “Instructions to Offerors - Commercial Items,” applies to this solicitation and is hereby incorporated by reference. The Government will award a contract resulting from this notice to the responsible contractor whose offer conforms to this notice, meets/exceeds all the specifications for each item, can meet/exceed the required delivery schedule, has a satisfactory performance history, and is registered in the Central Contractor Registration (CCR). (b) Offerors shall include a completed copy of the provisions at FAR 52.212-3, “Offeror Representations and Certifications - Commercial Items,” with their offer. The following provisions apply to this acquisition: FAR 52.212-4, “Contract Terms and Conditions - Commercial Items,” FAR 52.212-5, “Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items,” subparagraphs (a), (b) 1, 11, 12, 13, 14, 15, 16, 18, 19 (iii), 24; DFAR 252.212-7000, “Offeror Representations and Certifications – Commercial Items,” applies with the requirement that offeror’s provide a completed copy with their offer, DFAR 252.212-7001, “Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items,” subparagraph (a) applicable: 52.203-3, with the following pro visions of subparagraph (b) thereof indicated as applicable: 252.225-7012, 252.243-7002, 252.247-7023, and 252.247-7024. The following additional DFARS provisions and/or clauses apply to this acquisition: 252.204-7004, Required Central Contractor Registration. The Government will award a contract from this combined synopsis/solicitation on an all or none basis. The closing date is 16 September 2003. Anticipated award date is 26 September 2003. Varilog Research Inc is the only known domestic supplier of the Varigen Digital Electronic Warfare Simulator. Pricing should be FOB Destination to the Naval Surface Warfare Center, 17320 Dahlgren Rd, Dahlgren VA 22448-5100. THE GOVERNMENT SHALL NOT ISSUE A WRITTEN REQUEST FOR QUOTATION AS ALL ITEMS ARE IDENTIFIED IN THIS FEDBIZOPPS NOTICE. All responsible sources may submit their quote by e-mail in Microsoft Word format to XDS13@ nswc.navy.mil. E-mail should reference RFQ# N00178-03-R-3133.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/NAVSEA/N00178/N0017803R3133/listing.html)
- Record
- SN00429059-F 20030910/030908213107 (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 |