Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 16, 2011 FBO #3340
SOLICITATION NOTICE

D -- F22 Rugged Laptop PMAs - Letter RFP

Notice Date
1/14/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218
 
ZIP Code
45433-7218
 
Solicitation Number
FA8604-11-R-7007
 
Archive Date
2/12/2011
 
Point of Contact
Daniel J. Staloch, Phone: 9376567373
 
E-Mail Address
daniel.staloch@wpafb.af.mil
(daniel.staloch@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Letter RFP **Letter RFP also attached as.pdf file** This is a combined Synopsis and Letter Request for Proposal (RFP). The United States Air Force (USAF) F-22 Integrated Maintenance Information System (IMIS) Integration Office (F-22 Office) at Wright-Patterson Air Force Base (WPAFB) has a requirement for fully ruggedized laptops capable of integrating with the F-22 Fighter Jet. The F-22 Office requires a Brand Name or Equal, indefinite quantity of VT Miltope TSC V3-GM45 RLC F-22 Portable Maintenance Aid (PMA) Configurations. The F-22 Office requires some PMAs with an internal dual-channel, dual-redundant 1553 interface card (1553 interface) and some PMAs without a 1553 interface. Further, the F-22 Office requires compatible 10-slot battery chargers. Please review this Synopsis completely before preparing a proposal. The Government anticipates an Indefinite-Delivery Indefinite-Quantity (IDIQ) contract with Firm Fixed Price (FFP) unit prices with a three-year ordering period. This acquisition will utilize procedures outlined in FAR Part 12-Acquisition of Commercial Items and FAR Part 15-Contracting by Negotiation. This RFP is a Brand Name or Equal requirement in accordance with (IAW) FAR 52.211-6 - Brand Name or Equal. To be considered for award, offers of "equal" products must (1) meet the salient physical, functional and/or performance characteristics specified in this solicitation (2) clearly identify the proposed "equal" product by (i) brand name, if any, and (ii) make or model number (3) Include descriptive literature such as illustrations, drawings; and (4) clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. The Government will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Government. The Government is not responsible for locating or obtaining any information not identified in the offer. Any offer of "equal" products must clearly address how all listed requirements will be met; any requirement not addressed will deem the entire proposal not technically acceptable. Further, offers of "equal" products must provide a sample laptop to Lockheed Martin for testing. The delivery address for the sample laptop is: One Lockheed Blvd; Attn: Kelly O'Neal Phillips; F-22 IMIS System Administrator; MZ 5921; Fort Worth, TX 76108; 817-777-4978. All sample laptops will be returned to the Offeror after testing at Offeror's option and expense. The Government will not reimburse Offerors for any costs associated with preparing or submitting a response to this notice. Brand Name offers are only required to submit a price proposal. All laptops must meet or exceed all of the following MIL-STD: • TEMPERATURE: MIL-STD-810F, Method 501.4/502.4, Procedure II (3 cycles); -30°C to +60°C, ramp of 5ºC per minute (-40°C with optional heater kit); Procedure II (5 cycles); Non-Operating -51°C to +71°C, ramp of 5ºC per minute • NON-OPERATING THERMAL SHOCK: MIL-STD-810F, Method 503.4, Proc. I (Steady State); (+71ºC to -51ºC 3 cycles, high to low = 1 cycle) • SOLAR RADIATION: MIL-STD-810F, Method 505.4, Procedure I, Diurnal Cycle A1 (3-24 hour continuous cycles) • TRANSIT DROP SHOCK: Using quick release hook or drop tester (TSC in and out of transit case, 36 inch drop any orientation total 26 drops; Functional and PCMCIA Card Operational Checks after each drop) • OPERATING SHOCK: MIL-STD-810F, Method 516.5, Procedure I (Functional); TSC, 40G, 11ms, EUT operational (3 shocks/axis/direction = 18 total shocks) • OPERATING VIBRATION: MIL-STD-810F, Method 514.5, Procedure I, Cat. 20 (Ground Vehicles), Figure 514.5C-1 (TSC out of transit case) • TRANSPORTATION VIBRATION: MIL-STD-810F, 514.5, Procedure I, Category 4, Annex A, Figure 514.5C-3 vibration profile for composite wheeled vehicles (TSC in transit case, each axis) • MINIMUM INTEGRITY TEST: MIL-STD-810F, Method 514.5, Procedure I, Category 24, Figure 514.5C-17 (TSC in transit case, each axis, 0.04g2/Hz at 20-1000Hz, -6dB/Octave at 1000-2000Hz, 1hour/axis duration) • BENCH HANDLING: Survive one 45 degree rotational drop from each bottom edge • ALTITUDE: MIL-STD-810F, Method 500.4, Procedures I and II; (TSC in or out of transit case, 12,500 (15,000 optional) feet operating, 30,000 (40,000 optional) feet Non-Operating; minimum test duration 1 hour using 10 ms rate of change) • DUST AND WATER: IP 54; (TSC Protect against dust limited ingress (no harmful deposit) and protection against water sprayed from all directions to limited ingress permitted.) • RAIN: MIL-STD-810F, Method 506.4, Procedure I; (TSC in and out of transit case, 1.8 inches per hour, 20 mph wind for 30 minutes/each surface) • HUMIDITY: Operational: MIL-STD-810F, Method 507.4. Procedure I (10 to 95% five 48 hour aggravated temperature-humidity cycles (10 days total) at RH 95%/60ºC with an operational test performed every 2 days); Non-Operational (in transit case): MIL-STD-810F, Method 507.4 Procedure II (5 to 95% five 48 hour aggravated temperature-humidity cycles (10 days total) at RH 95%/60ºC with an operational test performed every 2 days) • SALT FOG: MIL-STD-810F, Method 509.4; (TSC in transit case, 5±1% aqueous salt) • SAND/DUST: MIL-STD-810F, Method 510.4, Procedures I and II; (TSC out of transit case, 20 mph ± 3 mph for 30 minutes/surface, sand concentration 2.2 ±.5 g/m3, dust concentration of 10.6 ±.7 g/m3) • FUNGUS: MIL-STD-810F, Method 508.5; (TSC in transit case certification materials do not support fungal growth) • EMI/EMC: MIL-STD-461E Radiated Emissions (RE101-1 and RE102-3), para 5.15 and 5.16; Radiated Susceptibility (RS103 and RS105) para 5.19 (2 MHz to 18 GHz) and 5.20; Conducted Susceptibility (CS101, CS114, CS115, and CS116) para 5.4 and 5.5; Conducted Emissions (CE101, CE102) para 5.7, 5.12 (limit curve #3), and 5.14, MIL-STD-464A Electrostatic Discharge, para 5.7.3; FCC Class B, Part 15 Electronic Equipment Digital Device • HIGH ALTITUDE ELECTROMAGNETIC PULSE (HEMP): MIL-STD-461E, RS105; MIL-STD 2169B HEMP environment 1 • NEAR STRIKE LIGHTNING (NSL): MIL-STD-464A, TOP 1-2-511 • ACOUSTIC NOISE: MIL-STD-810F, 515.5; (Ambient noise generated does not exceed 60dBA, measured at 1 meter in front of the unit with a low ambient noise floor) • EXPLOSIVE ATMOSPHERE: MIL-STD-810F, Method 511.4 All laptops must also meet or exceed all of the following requirements: • All products must be currently in-production. • Selected laptops must contain an internal dual-channel, dual redundant 1553 interface card and a 32-pin MIL STD connector. • Internal wireless card 802.11 b/g/n. • Each laptop must be compatible with Oracle. • Each laptop kit must be accompanied with: o Hard Carry Case o 4GB RAM expandable to 8GB RAM or greater o Two (2) 160GB Solid State Drives or greater o Three (3) Batteries o Carry Strap o AC/DC Rugged Power Adapter. • Five (5) Year Warranty. • Hardware drivers compatible with Solaris 10 with Trusted Extensions. • Software/Hardware integration. • Current Nondisclosure Agreement on file with Lockheed Martin at time of proposal. • Minimum production rate of 80 units/week. • Order processing and delivery turn-around time of 30 days, not to exceed 60 days. • Clamshell design - not tablet. • 15.4" WXGA (1280 x 800) or greater, Sunlight Readable AMLCD. There will be three Contract Line Item Numbers (CLINs) each with a three-year ordering period: CLIN 1001 PMA with 1553 Interface CLIN 1002 PMA without 1553 Interface CLIN 1003 Compatible 10-slot Battery Charger Award will be granted to the Offeror with the proposal evaluated as the Best Value to the Government in accordance with FAR 15.101-2 Lowest Priced Technically Acceptable (LPTA) Source Selection Process. The lowest priced offeror will be evaluated as the sum of all three (3) CLIN firm fixed unit prices. All proposals shall include a firm fixed unit price for all three CLINs. All proposed firm fixed unit prices will include delivery. Delivery will be FOB Destination to various locations as specified in individual orders including Elmendorf AFB, Nellis AFB, Langley AFB, Tyndall AFB, Hickam AFB and various contractor CONUS support sites. This acquisition is being conducted as a full and open competition. The North American Industry Classification System (NAICS) code for this action is 334111 - Electronic Computer Manufacturing. All Offerors must be registered in the Central Contractor Registration (CCR) database to be awarded a DoD contract. Offerors are cautioned to ensure that the proper NAICS code appears in their CCR. The following FAR clauses apply to this contract: 52.203-13, 52.204-7, 52.209-7, 52.209-8, 52.211-6, 52.212-1, 52.212-4, 52.212-5, 52.215-1, 52.215-8, 52.216-18, 52.216-19, 52.216-22, 52.219-28, 52.222-19, 52.222-21, 52.222-22, 52.222-24, 52.222-25, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-50, 52.222-99, 52.223-6, 52.223-16, 52.229-3, 52.232-8, 52.232-11, 52.232-17, 52.232-23, 52.232-33, 52.232-38, 52.233-1, 52.233-2, 52.233-3, 52.233-4, 52.242-13, 52.243-1, 52.246-2, 52.246-16, 52.246-23, 52.247-34, 52.249-2, 52.249-8, 52.252-1, 52.252-2, 252.203-7000, 252.203-7002, 252.204-7000, 252.204-7003, 252.204-7008, 252.205-7000, 252.211-7003, 252.212-7000, 252.212-7001, 252.225-7001, 252.232-7010, 252.232-7003, 252.243-7001, 252.243-7002, 5352.201-9101. The total minimum order on this IDIQ will be $1,000,000.00. The minimum allowable per order will be $100,000.00 and the maximum allowable per order will be $10,000,000.00. Proposals shall be delivered as follows. Brand Name price proposals shall be emailed to Daniel.Staloch@wpafb.af.mil. Offers of "equal" products must provide a technical and price proposal conforming to all requirements in this Synopsis, specifically those IAW FAR 52.211-6 - Brand Name or Equal. "Equal" proposals shall be provided bound in three-ring, loose-leaf binders and are not to exceed fifty (50) pages including cover pages, executive summaries, technical and price data. "Equal" proposals shall include two (2) electronic copies on CD and (3) hard copies delivered to: Daniel Staloch; ASC/PKEIE; 2275 D Street, Bldg 16, Rm 132; WPAFB, OH 45433. The content and page size of electronic copies must be identical to the hard copies. All proposals are due Friday 28 January 2011 NOON Eastern. "Equal" proposal's sample laptops must also be delivered to Lockheed Martin by the same time and date. Late proposals will not be considered for award. Offerors without a current Nondisclosure Agreement on file with Lockheed Martin at time of proposal will not be considered for award. The Government will neither award a contract solely on the basis of this Synopsis nor will it reimburse Offerors for any costs associated with preparing or submitting a response to this notice. The Government recognizes that proprietary data may be a part of this effort. If so, clearly mark such restricted or proprietary data. If you have any questions, you may contact Daniel Staloch at Daniel.Staloch@wpafb.af.mil. Questions must be submitted by Thursday 20 January 2011 NOON Eastern. Answers to all submitted questions will be posted for all potential Offerors to view at www.fbo.gov. The Contracting Officer for this effort is Stephen Wharton, Stephen.Wharton@wpafb.af.mil, 937-656-7443.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8604-11-R-7007/listing.html)
 
Place of Performance
Address: WPAFB, OH 45433, WPAFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN02360987-W 20110116/110114234446-becc371e0b6877c0001573c362708e1f (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.