SOLICITATION NOTICE
12 -- Advanced Tactical Display Center (ATDC). This display is used as the display console for the Tactical Tomahawk Weapons Control System (TTWCS) aboard US Naval CG and DDG vessels.
- Notice Date
- 3/23/2005
- Notice Type
- Solicitation Notice
- Contracting Office
- N00253 610 Dowell Street Keyport, WA
- ZIP Code
- 00000
- Solicitation Number
- N0025305R0016
- Response Due
- 5/9/2005
- Archive Date
- 6/9/2005
- Description
- The Naval Undersea Warfare Center - Keyport (NUWC) is soliciting for the Advanced Tactical Display Center (ATDC). This display is used as the display console for the Tactical Tomahawk Weapons Control System (TTWCS) aboard US Naval CG and DDG vessels. The console is the user interface for Tomahawk missile mission planning. The ATDC(V)5 is a fit-function replacement for the ATDC (V)3&4. The ATDC(V)5 is composed of two top-level assemblies; a structural frame and an enclosure housing all of the electronics of the system. Within the structural frame assembly the primary components are the sub-assembly framing pieces (including extruded aluminum frame, desktop, and monitor housing), two flat panel monitors (FPD), an integrated keyboard and trackball, and foot switch. Within the electronics enclosure the primary components are the AC to DC power supply, PS2 extender/amplifier, two fiber optic red-green-blue (RGB) converters, and coaxial and fiber optic cables. The ATDC(V)5! design consists of framing and electronics focused on a strong structure with the optimal level of stiffness. This allows components (electronics, keyboard, and flat panel displays) to remain functional during normal shipboard operating conditions or in the presence of a blast event. The frame is a bolt together design consisting of commercial off the shelf (COTS) materials and various machined parts. The COTS material is a high-strength aluminum extrusion utilizing a T-slot design for bolting purposes. The machined work is a product of design, analysis, and testing performed by NUWC - Keyport. To reduce cost, non-COTS items are kept to a minimum and used only in places of critical importance. This design has been qualified for MIL-S-901D, GRADE A, CLASS 1, TYPE A for shock and MIL-STD-167-1, TYPE 1, 4-25 HZ for vibration. All requests for copies of the Technical Data Package (TDP) which consists of approximately 68 drawing files and is contained on a CD-Rom must inc! lude a certified copy of DD Form 2345 as access to the drawings is subject to the Arms Control Act (see note 8 for further information). This procurement will be solicited and awarded as an Indefinite Delivery, Indefinite Quantity type contract for a base ordering period of one year, with four on-year option periods. The estimated quantity requirements are as follows: 68 consoles over the course of the period 2005-2009. An initial minimum delivery of at least 12 consoles (exact number to be finalized in the Request for Proposal (RFP) is required not later than 19 September 2005. Option periods shall consist of approximately 8-24 per year until receipt of all consoles per the order. Regarding the first 24 consoles, a partial supply of Government Furnished Equipment (GFE) will be provided to the contractor. A preliminary listing of GFE may be examined in follow on sections of this document. The remaining 44 units will have NO GFE supplied material. There will also be an ! option to buy 100 additional units exercisable at the completion of the original 68 units. FOB Origin. Inspection and Acceptance will be at Destination. The applicable NAICS Code for this requirement is 339999 with a size standard of 500 employees. It is anticipated that the solicitation will be issued on, or about, 8 April 2005. The closing date of the solicitation will be: 9 May 2005, unless a later date is specified in the solicitation. This requirement will NOT be procured under FAR Part 12. When issued, the RFP will be posted on the Navy Electronic Commerce Online (NECO) URL: www.neco.navy.mil . Offerors wishing to submit an offer are responsible for downloading their own copy of the RFP from this website and to frequently monitor the site for any amendments to the RFP. No telephone or fax requests for the RFP package will be accepted. An e-mailed request to BrittonJF@kpt.nuwc.navy.mil will be accepted for requesting a copy of the TDP which will be mailed via the Un! ited States Postal Service. The offeror must have a current registration in the DoD Central Contractor Registration database (http://www.ccr.gov). Any questions should be submitted in writing by e-mail to BrittonJF@kpt.nuwc.navy.mil. The period for questions will close seven days prior to the due date of the solicitation. No bidders list will be maintained by this office. No paper copies of the RFP, or Amendments, if any will be mailed. Failure to respond to the electronically posted RFP, and associated amendments, if any prior to the date and time set for receipt of proposals may render your offer nonresponsive and result in rejection of the same. Notes 1, 8, and 26 apply.
- Record
- SN00774969-W 20050325/050323213543 (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 |