Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 04, 2007 FBO #1924
SOLICITATION NOTICE

58 -- MIDS & LEGS Operations

Notice Date
3/2/2007
 
Notice Type
Solicitation Notice
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 1st CONS, 74 Nealy Avenue, Suite 100, Langley AFB, VA, 23665, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
F2QT327039A200
 
Response Due
3/7/2007
 
Archive Date
4/7/2007
 
Description
This is a combined synopsis/solicitation for commercial items in accordance with the format in the 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 purchase request F2QT327039A200 is a Request for Quote (RFQ) using Simplified Acquisition Procedures under the test program for certain commercial items found at FAR Part 13.5. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-09 and Defense Federal Acquisition Regulation Supplement, Defense Change Notice (DCN) 20060519. The NAICS code is 334220 and the small business size standard is 750 employees. Attached below is the Statement of Work and Requirements for this solicitation. Place of delivery for acceptance and FOB Destination point will be 37 Elm Street, Langley AFB, VA 23665. The following provisions and clauses apply to this acquisition: The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items.. The clause at 52.212-2, Evaluation Commercial Items. Quotes will be evaluated and awarded to the offeror with the lowest price technically acceptable. The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, and the offeror must ensure a completed ORCA is available for download. The clause at 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. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. The clause at FAR 52.224-1, Privacy Act Notification and FAR 52.224-2, Privacy Act; FAR 52.232-33, Payment by Electronic Funds-Central Contractor Registration. The clause at DFARS 252.204-7004, Required Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders; DFARS 252.225- 7001, Buy American Act and Balance of Payment Program. The Government reserves the right to award on a multiple award or an all or none basis. The above provisions and clauses can be found at http://farsite.hill.af.mil. This announcement will close and quotes are due by 12:00 PM (EST) 7 March 2007. Signed and dated offers, to include a complete listing of all items, must be submitted to 1st Contracting Squadron/LGCB, Attn: Brenda S. Barnes, 74 Nealy Avenue, Suite 100, Langley AFB, VA 23665-2088. Offers may be submitted via mail, facsimile, or e-mail. POC: Brenda S. Barnes at 757-764-7460, fax 757-764-7447, or e-mail brenda.barnes@langley.af.mil. Contracting Officer: TSgt Anissa Ragland at 757 764-7483 or e-mail anissa.ragland@langley.af.mil. * * * PERFORMANCE WORK STATEMENT for LEGS (Link-16 Environment/Gateway/Stimulator) for 82CSS, Langley AFB, VA 1. SCOPE OF WORK Contractor shall 1) deliver a LEGS (Link-16 Environment/Gateway/Stimulator) system to 82CSS, Langley AFB, VA, and 2) conduct a 5-day training course on Multifunctional Information Distribution System (MIDS) terminal operation using LEGS, on site at 82CSS. 2. HOURS OF OPERATION The contractor shall have access to the West Computer Room of 82CSS during normal business hours, which is normally from 0800-1700 hrs each day work is to be performed. Additional hours will be schedulaed by mutual consent as necessary. 3. CONTRACTOR PERSONNEL The contractor shall have sufficient experience to perform all tasks required to deliver and install the LEGS system, and to conduct the training. This job does not require contractor personnel with security clearances. Security cleared escorts will be provided by the customer during periods contractors are performing work in secure areas. 4. DESCRIPTION OF SERVICES 4.1. LEGS system shall have the following capabilities: 4.1.1. LEGS system shall interface to to Joint Information Distribution System (JTIDS) and MIDS terminals on both MIL-STD-1553B host interface and on maintenance port. On MIL-STD-1553B, LEGS shall be able to act as both Bus Controller or Bus Monitor. 4.1.2. LEGS system shall be able to act as host to Joint Information Distribution System (JTIDS) and MIDS terminals of the following types: MIDS LVT(1) Platform A, B, D and I via 1553B MIDS LVT(2) via X.25 and Ethernet MIDS LVT(3) FDL MIDS Support Port Navy Class 2 Shipboard Navy Class 2 Airborne Army Class 2M USAF Class 2 (F-15) 4.1.3. LEGS system shall be able to perform the following functions: Initialize the JTIDS/MIDS terminal. View and edit initialization files in user-friendly English-language format. Set JTIDS time. Enable NTR. Start net entry. Reset interface protection features. Reset navigation. Initiate IBIT. Provide scrolling display of transmitted and received messages. Tabulate counts of message types. Monitor interface performance. Monitor message error rates. Monitor message time of arrival. Monitor errors and erasures. Provide a virtual display of all 1536 time slots. View error and message counts. Record data exchanged on the terminal-host interface. Re-program MIDS terminals. Act as a simulated JTIDS Unit (JU) over 1553B host interface. Generate test scenarios. View JU and tracks on a situation display. Record and replay Link-16 data. Zeroize cryptovariables and sanitize NVRAM. View maintenance parameters. Gateway to up to 8 client applications. . 4.2. MIDS/LEGS training course shall cover the following subjects: MIDS LVT Equipment Description Terminal Functions Design Architecture Built In Test (BIT) Operational Requirements (Including Initialization) System interconnecting hardware Host Interfaces LEGS ? Capabilities and Limitations Minimum tool set MIDS Operation and Maintenance Verifying System Operation Waveform Verification MIDS Supporting Documents (Software & Hardware ICD) Main Terminal/RPS MIDS-Software Interface Control Document MIDS-LVT Initialization Files Adaptable Parameters to include all field and data words Adaptable Parameters Link-16 Initialization File Editor (LIFE) Phases of Initialization Link 16 Relative Navigation principles Host Aiding Status Data File Status Data File Format Status Data Exchange Status Data File Content Problem Isolation Overcoming Terminal Setup Problems 5. SECURITY REQUIREMENTS 5.1 Listing Of Employees. The contractor shall maintain a current listing of employees. The list shall include the employee's name, social security number and type of investigation if contract work involves unescorted entry to Air Force restricted areas or other sensitive areas designated by the installation commander. The list shall be provided to the Program Manager and sponsoring agencies Security Manager. An updated listing shall be provided when an employee's status or information changes. 5.2 Security Training. The contractor ensures all contractor employees receive initial and recurring security education training from the sponsoring agencies security manager. Training must be conducted IAW DOD 5200.1-R, Information Security Program Regulation, and AFI 31-401, "Information Security Program Management". Contractor personnel who work in Air Force controlled/restricted areas must be trained IAW AFI 31- 101, The Air Force Installation Security Program. 5.3 Pass And Identification Items. The contractor shall ensure the pass and identification items required for contract performance are obtained for employees and non-government owned vehicles. 5.4 Retrieving Identification Media. The contractor shall retrieve all identification media, including vehicle passes from employees who depart for any reason before the contract expires; e.g. terminated for cause, retirement, etc. 5.5 Traffic Laws. The contractor and its employees shall comply with base traffic regulations.
 
Place of Performance
Address: 74 Nealy Avenue, Langley AFB, Virginia
Zip Code: 23665-2088
Country: UNITED STATES
 
Record
SN01242655-W 20070304/070302220630 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.