Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 06, 2024 SAM #8319
SOLICITATION NOTICE

70 -- DATA DISPLAY GROUP

Notice Date
9/4/2024 6:17:30 PM
 
Notice Type
Solicitation
 
NAICS
333998 —
 
Contracting Office
NAVSUP WEAPON SYSTEMS SUPPORT MECH MECHANICSBURG PA 17050-0788 USA
 
ZIP Code
17050-0788
 
Solicitation Number
N0010424QCC46
 
Response Due
5/20/2024 1:30:00 PM
 
Archive Date
06/04/2024
 
Point of Contact
Telephone: 7176054443
 
E-Mail Address
ALISON.E.HARPER.CIV@US.NAVY.MIL
(ALISON.E.HARPER.CIV@US.NAVY.MIL)
 
Description
CONTACT INFORMATION|4|N771.4|EPP|717-605-4443|ALISON.E.HARPER.CIV@US.NAVY.MIL| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|TBD|TBD|TBD|N00104|TBD|TBD|2 UNITS TO W25G1U & 8 UNITS TO W62G2T|TBD|||TBD|||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| EQUAL OPPORTUNITY (SEP 2016)|2||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| OPTION FOR INCREASED QUANTITY--SEPARATELY PRICED LINE ITEM (MAR 1989)|1|365 DAYS| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (NOV 2023)|13|X|X|X|||X|X||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024))|5|||||| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (FEB 2024)|13|334111|1,250|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| Amendment to extend solicitation through May 20, 2024. No other changes have been made to this solicitation. Accelerated delivery is encouraged and accepted before the delivery date(s) listed in the schedule. ^^ All freight is FOB Origin. This RFQ is for repair. The resultant award of this solicitation will be issued bilaterally, requiring the contractor's written acceptance prior to execution. Verify nomenclature, part number, and NSN prior to responding. The Government is seeking a Repair Turnaround Time (RTAT) of: 76 DAYS Government Source Inspection (GSI) is required. Please note freight is handled by the Navy as per the Commercial Asset Visibility (CAV) Statement of Work. Your quote should include the following information: QUOTE AMOUNT AND RTAT o Unit Price:__________ o Total Price:__________ o Repair Turnaround Time (RTAT): _______ days If your company is not quoting the Government's Required Repair Turnaround Time (RTAT) or earlier, provide your company's capacity constraints? _________________________________________________________________ _________________________________________________________________ _________________________________________________________________ Repair Turnaround Time (RTAT): the resultant contractual delivery requirement is measured from asset Return to the date of asset acceptance under the terms of the contract. For purposes of this section, Return is defined as physical receipt of the F-condition asset at the contractor's facility as reflected in the Action Date entry in the Commercial Asset Visibility (CAV) system. In accordance with the CAV Statement of Work, the contractor is required to accurately report all transactions by the end of the fifth regular business day after receipt and the Action Date entered in CAV must be dated to reflect the actual date of physical receipt. The Contractor must obtain final inspection and acceptance by the Government for all assets within the RTATs established in this contract. MUST BE Firm-fixed-Price Return Material Authorization # (RMA), if applicable:__________ Delivery Vehicle (if Delivery Order requested) (if your company has a current BOA/IDIQ, for example) :__________________ TESTING AND EVALUATION IF BEYOND REPAIR T&E fee/price (if asset is determined BR/BER): If an item is determined BR, and the contractor provides documentation that costs were incurred during evaluation and determination of BR, the contracting officer will negotiate a reduced contract price, not-to exceed (NTE) $___________associated with the repair effort to reflect the BR status of the equipment. The T&E fee (if asset is determined BR/BER) was determined/computed based on:______________________________________. AWARDEE INFO & PERFORMANCE LOCATION o Awardee CAGE: __________ Inspection & Acceptance CAGE, if not same as ""awardee CAGE"": __________ Facility/Subcontractor CAGE (where the asset should be shipped), if not same as ""awardee CAGE"":__________ IOT COMPARE REPAIR PRICE TO PRICE TO BUY NEW New unit price:__________ New unit delivery lead-time:__________ ALL PRICING IS FIRM. PLEASE CONSIDER THE FOLLOWING WHEN PROVIDING PRICE: Include repair price with all costs associated with receipt and complete repair of material that may be in unwhole condition, missing hardware, damaged, handling damage, missing parts and wear damage. IMPORTANT NOTE: Any asset for which the contractor does not meet the required RTAT will incur a price reduction per unit/per month the contractor is late - any delay determined to be excusable (e.g. Government Delay) will not result in a price reduction. If a price reduction is required due to unexcusable contractor delay, the Contracting Officer will implement the aforementioned price reduction via a ""reconciliation modification"" at the end of the contract performance. Price reductions made pursuant to this section shall not limit other remedies available to the Government for failure to meet required RTATs, including but not limited to the Government's right to terminate for default. In reference to the above important note, the contractor provides the following price reduction amount per unit per month the contractor does not meet the RTAT: $__________, up to a maximum of: $_________. The Government intends to add an option quantity to the resultant contract. In reference to the option quantity, the Government may increase the quantity of supplies called for in the Schedule at the unit price specified. The Contracting Officer may exercise the option by written notice to the Contractor within the number of days in FAR 52.217-6 herein. Delivery of the added items shall continue at the same rate as the like items called for under the contract, unless the parties otherwise agree. \ 1. SCOPE 1.1 This contract/purchase order contains the requirements for repair and the contract quality requirements for the DATA DISPLAY GROUP . 2. APPLICABLE DOCUMENTS 2.1 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.1.1 ""Document References"" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. DOCUMENT REF DATA=MIL-STD-129 | | |P |041029|A| |03| 3. REQUIREMENTS 3.1 Cage Code/Reference Number Items - The DATA DISPLAY GROUP repaired under this contract/purchase order shall meet the operational and functional requirements as represented by the Cage Code(s) and reference number(s) listed below. All repair work shall be performed in accordance with the contractors repair/overhaul standard practices, manuals and directives including but not limited to drawings, technical orders, manufacturing operations, tooling instructions, approved repair standards and any other contractor or government approved documents developed to provide technical repair procedures. CAGE___Ref. No. ;6RMZ6 2008525-1 25512 902600-1; 3.2 Marking - This item shall be physically identified in accordance with ;MIL-STD-129; . 3.3 Changes in Design, Material Servicing, or Part Number - Except for a Code 1 change, which shall be processed as provided in the code statement shown below, no substitution of items shall be made until the NAVICP-MECH Contracting Officer has notified and approval has been given by issuance of a written change order. When any change in design, material, servicing or part number is made to replace or substitute any item to be furnished on this contract/purchase order, the Contractor shall furnish, for the substituting/replacement item, a drawing and an explanation of the reason for the change, explaining the reason therefor. If finished detail drawings are not available, shop drawings in the form used by the manufacturer will be acceptable for Government evaluation. When notifying the Procurement Contracting Officer of the reasons for making substitutions, the type of change shall be indicated by code number in accordance with one of the following statements: Code 1: PART NUMBER CHANGE ONLY - If the Manufacturer's Part Number indicated thereon has changed, but the parts are identical in all respects, supply the item and advise NAVICP-MECH immediately of the new part number. Code 2: Assembly (or set or kit) not furnished - Used following detail parts. Code 3: Part not furnished separately - Use assembly. Code 4: Part redesigned - Old and new parts are completely interchangeable. Code 5: Part redesigned - New part replaces old. Old part cannot replace new. Code 6: Part redesigned - Parts not interchangeable. 3.4 Mercury Free - The material supplied under this contract/purchase order is intended for use on submarines/surface ships and therefore shall contain no metallic mercury and shall be free from mercury contamination. Mercury contamination of the material will be cause for rejection. If the inclusion of metallic mercury is required as a functional part of the material furnished under this contract, the Contractor shall obtain written approval from the Procurement Contracting Officer before proceeding with manufacture. The contractor's request shall explain in detail the requirements for mercury, identify specifically the parts to contain mercury, and explain the method of protection against mercury escape. Such a request will be forwarded directly to the Procurement Contracting Officer with a copy to the applicable Government Inspector. Upon approval by the Contracting Officer, the vendor will provide a ""Warning Plate"" stating that metallic mercury is a functional part of the item and will include name and location of that part. The use of mercury, mercury compounds, or mercury-bearing instruments and/or equipment in a manner which might cause contamination in the manufacture, assembly, or test of material on this contract is prohibited. The most probable causes of contamination are direct-connected manometers, mercury vacuum pumps, mercury seals, or the handling of mercury in the immediate vicinity. Mercury switches, mercury in glass thermometers, standard cells and other items containing mercury may be used if they are located so as not to constitute a contamination hazard. If external contamination by metallic mercury occurs or is suspected, the following test may be used to determine whether contamination by metallic mercury exists or whether corrective cleaning measures have been effective. Enclose the equipment in a polyethylene bag or close-fitting airtight container for eight hours at room temperature (70 degrees F minimum).Sample the trapped air and if mercury vapor concentration is 0.01 mg/cu meter or more, the material is mercury contaminated insofar as the requirements of this contract are concerned. These requirements shall be included in any subcontract or purchase order hereunder and the Contractor shall insure SubContractor compliance with these requirements. Technical questions pertaining to these requirements shall be referred to the Procurement Contracting Officer via the cognizant Administrative Contracting Officer. For background, the following information is provided: Mercury is corrosive to gold, silver, nickel, stainless steels, aluminum and copper alloys. Stainless steels, nickel, and copper alloys are widely used in reactor plants and other submarine/surface ship systems. Accidental trapping of mercury in a component could cause serious damage to vital parts. Mercury is also toxic if inhaled, ingested, or absorbed through the skin. It is evident that grave consequences could result from small amounts of mercury vapor present in an unreplenished submarine/surface ship atmosphere. 3.4.1 ;Mandated Vendor Test Equipment to be Utilized:Test and Evaluation Criteria for the AN/SSC-12 Shipboard Air Traffic Control Communications (SATCC) Hi-Brite Touch Entry Display (element) Part of SATCC LSO Position, Northrop Grumman NSN # 7E 7025-01-485-1384 1. DIGT POS CONT UNIT, part #-2008329-6, Qty: 1, Condition: A 2. MUX CCA, part#-2008161-3, serial#-P0031, Qty: 1, Condition: A 3. RTQC CCA, part#-2008049-3, serial#-P0109, Qty: 1, Condition: A 4. TDM CCA, part#-2008051-1, serial #-P0044,Qty: 1, Condition: A 5. DVA CCA, part#-2008477-2, serial #-P0043, P0230,P0137, P0141, Qty: 4, condition: A 6. PROCESSOR CCA - PCU, part#-2008049-3, serial #-P0138, P0101, P0100, P0080, Qty:4,condition:A 7. POSITION INTERFACE CCA, part#-2008318-serial #-P0523, P0507, P0524, P0987, P0505, P0527, P0805, P0486, P0504, 0686, Qty: 10, condition:A 8. TOUCH ENTRY DISPLAY (TED) ASSEMBLY, part#-2008361-4, serial #-29-0084, 29-0091, Qty: 2, condition: A 9. MCU PROCESSOR CCA, part#-2008316-1, serial #-P0269, Qty: 1, condition: A 10. MOXA SERIAL TO ETHERNET CONVERTER, TWO PORT, part#- 258154-001, serial#- TZIK01034355,Qty: 1, Condition: A 11. PTT TEST BOX, part#-2008228-1, serial #-0113, 0163, Qty: 2, Condition: A 12. POWER CABLE, no part#, no serial #, Qty: 2, Condition :A 13. RIBBON CABLE, no part#, serial #-1, Qty: 2, Condition :A 14. CD, WIN CCT/QCT 11.06, no part#, no serial #, Qty: 1, no condition. 15. CD, WIN CCT/QCT 11.07 AMP, no part#, no serial #, Qty: 1, no condition. 16 PRIFLY TED, part #-2008612-1 serial #-G1023, Qty: 1, no condition. 17. MCU ASSEMBLY PRIFLY, part#-2008618-1, serial#-G1050, Qty: 1, no condition.; 3.5 ;6.0 DESCRIPTION OF WORK-The Contractor will provide the following support for the AN/SSC-12 Air Traffic Control (ATC) and Landing Signal Officer (LSO) groups, A) Provide technical expertise in the diagnostic evaluation of the touch entry display Lowest Replaceable Unit (LRU) used in conjunction with the ATC and LSO communication terminals to include: a. Physical inspection of equipment condition. b. Operational evaluation of equipment to determine faulty components. B) Provide depot-level repair of touch entry display LRU, based upon initial initial diagnostic evaluation to include: a. Discrete component replacement excluding Programmable Read Only Memory similar components which require proprietary firmware upload. b. Interconnecting cabling and wire replacement to include connectors and terminations. c. Soldering of junction and termination points, where required. d. Sub-assembly housing and hardware necessary for operation under normal operating conditions. B) Provide integrated testing of touch entry display LRU to include: C) Provide integrated testing of touch entry display LRU to include: a. Physical operation of display touch panel arrays b. Visual operation of display panel c. Power requirements based on established operating parameters d. Physical inspection of hardware surfaces and assembly-integrating connectionpoints to allow for form and fit with current ATC or LSO communication terminals. e. Provide documentation of diagnostic evaluation summary f. Provide documentation of repair mitigation summary. ; 3.6 ;Test and Evaluation Criteria for the AN/SSC-12 Shipboard Air Traffic Control Communications (SATCC) Hi-Brite Touch Entry Display (element) Part of SATCC LSO Position, Northrop Grumman P/N 77071 NSN # 7E 7025-01-485-1384 Procedure No. SW-PC-0032 Hi-Brite Touch Entry Display; 3.6.1 ;1. OBJECTIVE: The purpose of this document is to conduct an equipment-level test and to demonstrate and prove the operation of equipment listed in paragraph 8. 2. ESTIMATED TESTING TIME: Not established. 3. REFERENCES: AN/SSC-12 Operations and Maintenance Manual, EE685-2G-MMO-010 4. TEST OR SUPPORT EQUIPMENT AND MATERIAL ^ NOTE: ALL TEST EQUIPMENT SHALL BE CALIBRATED AT THE LEVEL SPECIFIC TO THE TEST EQUIPMENT USED. GENERIC NAME:SATCC Test-Bed System QTY: 1 IDENTIFYING INFO:1 EA PCU, 2 EA MCU, 2 EA Jack box, 2 EA Touch entry Displays, +5, +/- 12V DC Power Supply, CCT/QCT Laptop. GENERIC NAME: AC Power Strip, QTY 1, IDENTIFYING INFO: ON/OFF With Surge Protection GENERIC NAME: XMT/RCV PTT Test, QTY 2, IDENTIFYING INFO: 090004-02 GENERIC NAME: Digital Multi-Meter, QTY 1, IDENTIFYING INFO: Fluke Model 111 or equivalent. GENERIC NAME: Oscilloscope, QTY 1, IDENTIFYING INFO:Model Tektronix 2246 or eqivlalent. GENERIC NAME: TIMS, QTY: 1, IDENTIFYING INFORMATION: HP Model 4934A or equivalent.; 3.6.2 ;5. COMPUTER PROGRAMS REQUIRED: a. WIN CCT/QCT V. 11.06/11.07 6. PREREQUISITES: None 7. SPECIAL CONDITIONS AND SERVICES: This test procedure will perform operational objectives on equipment under test for repair and re-issue 8. EQUIPMENT INVOLVED IN TEST: a.Shipboard Air Traffic Control Communications (SATCC) Test-Bed System b. Hi-Brite Touch Entry Display 9.CONFIGURATION: a.APL: 00042195, 2008525-1 & 902600-1 (92755) DISPLAY, HI-BRITE 10.METHOD:The Hi-Brite Display Element (Part of the Landing Safety Officer (LSO) ATC display position, commonly referred to as a TED) will be tested for operation, controls, and functionality. Specifically, testing will consist of a visual inspection, operational assessment, mitigation of test failures, and post-test check-out of unit under test prior to re-issue as a repaired item (A-condition). This test will verify TERMINAL functions are operational and visual and audio indications are functional. Direct access and indirect access override and non-override calls will be placed between TERMINALs to verify operational capability. Prior to testing, a system base-line test will be performed to ensure system functionality using known good displays. Once a base-line has been established, one of two known good displays will be replaced by the unit under test for the purpose of assessment.; 3.7 ;TEST OUTLINE:; 3.8 ;Test Outline: The Hi-Brite Display performs its functions as follows:a.The 80486 Processor provides all the control functions and interfacing to the Module Controller Unit. b.The Processor receives its position configuration data and switch locations from the Position Controller through the Module Controller. c.Data interface with the Module Controller is over the two-way RS-232 data interface. d.A digital resistive matrix is used to sense operator's switch selections and other entries. e.When a call connect selection is made, matrix contacts are closed. X-Y coordinates of the touch location are codes determined by the 80486 processor and sent via message to the Module Controller Unit (MCU). f.The MCU passes that message to the Position Control Unit (PCU) over the T1 datalink. g.The PCU processes the message and sends data back to the MCU. The MCU sends the return message to the display processor for altering the touched switch icon. h. Display brightness control is done locally within the display processor. i.The brightness control unit regulates power to the backlight fluorescent tubes thereby adjusting the display brightness. ; 3.9 ;SAFETY INSTRUCTIONS: This equipment contains circuit cards that are sensitive to Electrostatic Discharge (ESD). A grounding wrist strap and/or rubber mat shall be used to safeguard against ESD when performing work inside of the display or when or replacing circuit cards within the SATCC Test-Bed System.; 3.10 ;INITIAL CONDITIONS AND SET UP- 1.Verify that the SATCC Test-Bed system is powered on. 2.Verify that the SATCC laptop is powered up and initialized. 3.Verify that both ATC positions, #701 (Left) and #705 (Right), are powered on. 4.At the SATCC laptop, open the CCT program and perform a system generation. 5.Upon completion of the system generation cycle, select ""GO."" 6.Verify that both Touch Entry Displays are displaying Ground-to-Ground page. 7.Plug TX/RX Test Boxes into Operator Jacks (OPR) at both positions. 8.At Pos. 701: Connect TIM Transmit output to the TX Input of Test Box. 9.Set TIM for -10+/-0.5 dBm output at 604 Hz, Receive for 600 Ohms. 10.Press HL button at Pos. 705 to route receive audio to its Loudspeaker (LS). 11.Set Chime volume at Pos. 705 Loudspeaker Assembly to near minimum position. 12.Set LS volume at Pos. 705 Loudspeaker Assembly to approx. mid position. 13.Initiate a call from Pos. 701 to Pos. 705 by dialing IA 0 - 705. 14.Chime will sound at Pos. 705 and its CA button will flash at a slow rate. 15.Answer the incoming call at Pos. 705 by pressing the CA button. 16.Chime will stop at Pos. 705 and a 604 Hz tone will be heard atPos. 705 loudspeaker. 17.Adjust LS volume control at Pos. 705 to a comfortable working level. ^^ NOTE ^^ COMPLETION OF STEP 17 VERIFIES SATISFACTORY OPERATION OF THE TEST BED SYSTEM AND BOTH DISPLAY POSITIONS. 18.Press CA button at Pos. 705 to disconnect the call. LS audio will be turned off. 19.Turn Off Pos.705 power (Power button is in the back of position console). 20.Remove display unit at position 705 by disconnecting unit cables in preparation for replacement by unit under test. ^ NOTE: PRIOR TO REPLACEMENT BY UNIT UNDER TEST, PERFORM A VISUAL INSPECTION OF THE UNIT UNDER TEST AND LOOK FOR WORN OR CORRODED PARTS OR FEATURES. IF DISCREPANCIES ARE FOUND, CORRECT THE DEFICIENCY AND RECORD FINDINGS IN THE COMMENTS SECTION OF THIS TEST REPORT.; 3.11 ;TESTING STEPS:; 3.11.1 ;POWER CHECK: 1.Using a Digital Multimeter, check the resistance between pin 15, +12V, and pin 2, Ground, at the J1 connector located at the rear of the display under Resistance should be greater than 900 Ohms. RECORD RESULTS. 2.If step 1 passes, continue to POWER-UP TESTING. 3.Debug the display to determine and isolate the faulty component and replace it. Repeat step 1, upon component replacement.; 3.11.2 ;POWER-UP TESTING: 1.Plug cables removed in Step 20 of the INITIAL CONDITIONS AND SETUP into the unit under test. 2.Verify that all cables are plugged in properly and connectors are securely inplace at the unit under test. 3.Turn LS Chime switch to On position and set Chime Volume Control to a low near its minimum position. 4.Turn On Pos. 705 power switch (It takes a few seconds for the position to to configure). Verify that position chimes and the display page from Step 6 of the INITIAL CONDITIONS AND SETUP is restored.RECORD RESULTS. 5.If step 4 passes, continue to step 7. 6.Debug the display to determine and isolate the faulty component(s) and replace it. Repeat POWER-UP TESTING from step 2, upon component replacement. 7.Verify that the display is evenly illuminated all across the screen and all buttons/icons are clearly visible. RECORD RESULTS. 8.If step 7 passes, continue to BRIGHTNESS ADJUSTMENT TEST. 9. Debug the display to determine and isolate the faulty component(s) and it. Repeat POWER-UP TESTING from step 2, upon component replacement.; 3.11.3 ;BRIGHTNESS AND ADJUSTMENT TEST: NOTE: Brightness control buttons are located on the top right hand side of the TED. They are labeled as Dim and Bright. The unit powers up with a default brightness of 100%. 2.Verify that the display brightness can be lowered by pressing the DIM button and that the percentage keeps going down as the DIM button is pressed. A constant press or press & release of the DIM button will lower the display brightness. Display brightness is indicated by the percentage under the DIM and BRIGHT buttons. RECORD RESULTS. 3.Verify that the display brightness can be raised by pressing the BRIGHT and that the percentage keeps going up as the BRIGHT button is pressed. A A constant press or press & release of the BRIGHT button will raise the displaybrightness. Display brightness is indicated by the percentage under the DIM andBRIGHT buttons. RECORD RESULTS. 4.If step 2 and 3 pass, continue to INCOMING CALL TEST. 5.Debug the display to determine and isolate the faulty component(s) and replace it. Repeat BRIGHTNESS ADJUSTMENT TEST from step 1, upon component replacement.; 3.11.4 ;INCOMING CALL TEST: 1.Verify that all cables are plugged in properly and connectors are securely en place at the unit under test. 2.At position 705, press the HL button until it is illuminated (enabled) so that a zip tone can be heard in position 705 loudspeaker and that the LS Volume control is set to mid-range position. Zip tone is defined as a composite 350 - 440 Hz tone, single burst, for 170 Milliseconds. 3.Set TIM transmit level to -20dBm 4.Initiate a call from position 701 to position 705 by pressing the IA button. The ""IA keypad"" will appear as a pop-up window on the left hand side of the screen. 5.Enter digits 1 705 to initiate an Override Call. No chime should sound at position 705 loudspeaker to announce an incoming call and its OVR light will start fluttering. RECORD RESULTS. 6.Observe that a 604 Hz tone can now be heard at position 705 loudspeaker. RECORD RESULTS. 7.If Steps 4 through 6 pass, proceed to OUTGOING CALL TEST. 8.Debug the display to determine and isolate the faulty component(s) and replace it. Repeat INCOMNG CALL TEST from step 1, upon component replacement.; 3.11.5 ;OUTGOING CALL TEST: 1.Verify that all cables are plugged in properly and connectors are securely 2.Set TIM transmit level to -20dBm. 3.Press HL button at Pos. 705 until it is extinguished to disable Loudspeaker functions. 4.Initiate a call from position 705 to position 701 by pressing the IA button. The ""IA keypad"" will appear as a pop-up window on the left hand side of the screen. 5.Enter digits 0 701 to initiate a Call. Chime will sound at Pos. 701 and its CA button will flash at a low rate. Chime signal is 500 to 1500 Hz in 250 Hz steps; on 1 second, off 1 second. RECORD RESULTS. 6.Press CA button at Pos. 705 to answer the incoming call. Position 705 shouldstop chiming. RECORD RESULTS. 7.Press HL button at Pos. 705 to route incoming tone to the position loudspeaker and observe that a 604 Hz tone can now be heard at position 705 loudspeaker. RECORD RESULTS. 8.If Steps 4 through 7 pass, proceed to POST- ASSESSMENT TESTING. 9.Debug the display to determine and isolate the faulty component(s) and replace it. Repeat OUTGOING CALL TEST from step 1, upon component replacement.; 3.11.6 ;POST- ASSESSMENT TESTING: 1.At the SATCC CCT/QCT laptop, reconfigure position 705 with touch buttons to dhis should be a combination of radio buttons and Direct Access (DA) buttons. 2.Verify that all cables are plugged in properly and connectors are securely inplace at the unit under test. 3.Press and test functions and call connect buttons across the entire display to make sure that the touch screen is working all throughout the four quadrants. RECORD RESULTS. 4.Select all radio frequencies and verify that the button presses are recognized and the display confirms touch actions. RECORD RESULTS. 5.Select all DA buttons and verify that the button presses are recognized and the display confirms touch actions. RECORD RESULTS. 6.At position 705, select the IA button and select 6 - 0 at the IA keypad to initiate position self-test. 7.Observe that there is a continuous audible chime, the touch screen is responsive in all quadrants of the display, and that all color bars respond with the appropriate display background color, when selected. RECORD RESULTS. 8.If steps 3 through 7 pass, proceed to step 10. 9.Debug the display to determine and isolate the faulty component(s) and replace it. Repeat step 2 of the BRIGHTNESS ADJUSTMENT TEST and remaining subsequent tests, upon component replacement. 10.Press two diagonally opposite corners of the display simultaneously to exit the self-test mode. 11.If step 12 has been previously tested and no deficiencies have been recorded under the current series of display testing, proceed to SHUTDOWN AND SECURING. 12.Allow the display to operate for at least an additional 12 hours to observe any power or display anomalies that may be described as intermittent. Upon completion of observation period, repeat testing steps starting from BRIGHTNESS ADJUSTMENT TEST step 2. ; 3.12 ;SHUTDOWN AND SECURING: 1.Turn Off Pos.705 power (Power button is in the back of position console). 2.Remove display unit under test at position 705 by disconnecting unit cables in preparation for replacement by known good display. 3.Plug cables removed in step 1 in to the known good unit. Verify that all cables are plugged in properly and connectors are securely in place. 4.Turn On Pos.705 power (Power button is in the back of position console). 5.Verify that the known good display is displaying Ground-to-Ground page. 6.Return equipment to readiness condition.; 3.13 ;^ NOTE: The equipment under test has now been verified for re-issue. Unit shall be shipped and returned to the government facility as directed by the active contract. All shipments shall be in accordance with MIL-STD-2073. ; 4. QUALITY ASSURANCE 4.1 Responsibility for Inspection - Unless otherwise specified in the contract/purchase order, the Contractor is responsible for the performance of all inspection requirements as specified herein. Except as otherwise specified in the contract/purchase order, the Contractor may use his own or any other facilities suitable for the performance of the inspection requirements specified herein, unless disapproved by the Government. The Government reserves the right to perform any of the inspections set forth in the specification where such inspections are deemed necessary to assure supplies and services conform to prescribed requirements. 4.2 Inspection/Testing Repaired Items - The Contractor shall perform all inspection and testing requirements as specified in the original manufacturer's specifications and drawings. 4.3 Records - Records of all inspection work by the Contractor shall be kept complete and available to the Government during the performance of contract/purchase order and for a period of 365 calendar days after final delivery of supplies. 5. PACKAGING 5.1 Preservation, Packaging, Packing and Marking - Preservation, Packaging, Packing and Marking shall be in accordance with the Contract/Purchase Order Schedule and as specified below. MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE 6. NOTES 6.1 Ordering Information for Document References - The Department of Defense Single Stock Point (DODSSP), Website http://www.dsp.dla.mil/, provides product information for the Department Of Defense Index Of Specifications and Standards (DODISS) (i.e.Military/Federal Specifications and Standards), Data Item Descriptions (DIDs), and other DODSSP Products. A. Availability of Cancelled Documents - The DODSSP offers cancelled documents that are required by private industry in fulfillment of contractual obligations in paper format. Documents can be requested by phoning the Subscription Services Desk. B. Commercial Specifications, Standards, and Descriptions - These specifications, standards and descriptions are not available from Government sources. They may be obtained from the publishers of the applicable societies. C. Ordnance Standards (OS), Weapons Specifications (WS), and NAVORD OSTD 600 Pages - These type publications may be obtained by submitting a request to: Commander, Indian Head Division, Naval Surface Warfare Center Code 8410P, 101 Strauss Avenue Indian Head, MD 20640-5035 D. On post-award actions, requests for ""Official Use Only"" and ""NOFORN"" (Not Releasable To Foreign Nationals) documents must identify the Government Contract Number, and must be submitted via the cognizant Defense Contract Management Command (DCMC) for certification of need for the document. On pre-award actions such requests must be submitted to the PCO for certification of need for the document. E. NOFORN Military Specifications and Standards (including Amendments, Change Notices and Supplements, but NOT interim Changes) to be ordered from: Contracting Officer NAVICP-MECH Code 87321 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 F. Nuclear Reactor Publications Assigned NAVSEA Documents and Identification Numbers (i.e. NAVSEA Welding Standard, NAVSEA 250-1500-1) are to be ordered from: Commanding Officer NAVICP-MECH Code 009 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 G. Technical Manuals Assigned NAVSEA Identification Numbers (i.e. NAVSEA Welding And Brazing Procedure, NAVSEA S9074-AQ-GIB-010/248) are to be ordered from: Naval Inventory Control Point Code 1 Support Branch 700 Robbins Avenue Phildelphia, Pa. 19111-5094 H. Interim Changes and Classified Specifications shall b...
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6d81a922d00c4ccba16c4234e2d70fad/view)
 
Record
SN07198250-F 20240906/240904230121 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.