|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 7,1997 PSA#1904U.S. Special Operations Command, Attn: AMSAM-AR-Z-A-K, Bldg 401, Lee
Blvd., Fort Eustis, VA 23604-5577 16 -- MULTIBAND, F6 RADIO AND CONTROL HEAD SOL USZA95-97-R-0036 DUE
082097 POC Linda Diedrich, 757-878-5223, x240, Richard J. Cooney, x251
E-MAIL: Click here to contact the contracting officer via e-mail,
ldiedric@tapo.eustis.army.mil or rcooney@tapo.eustis.army.mil.
MULTIBAND (F6) RADIO AND CONTROL HEAD. This is a combined
synopsis/solicitation for a commercial item prepared in accordance with
the format in 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. This solicitation is issued as a Request for
Proposal, USZA95-97-R-0036. This solicitation document and incorporated
provisions and clauses are those in effect through Federal Acquisition
Circular 90-46. The Standard Industrial Classification (SIC) code is
1615 and the business size standard is 1000 employees. This sole source
requirement is for the purchase of up to 183 each Multiband F6 Radios,
P/N 629F-6, and up to 183 each Control Heads, P/N 379F-16, which are
considered commercial items and are manufactured by Rockwell
International Corporation, Collins Avionics and Communications
Division, 350 Collins Road NE, Cedar Rapids, IA 52498. Rockwell is the
only known manufacturer of a radio and control head that meets all of
the Government's technical requirements identified below including
AFADP and Improved Data Modem compatibility, SINCGARS, Link 4, Link 11,
and 8.33 KHz Channel Spacing. Rockwell's radio and control head meets
space availability in the aircraft, no extensive aircraft rewiring is
necessary due to the location of the connectors, and allows for growth
without redesign. The radio and control head work as a matched set.
This requirement will result in a firm fixed price Indefinite Delivery,
Indefinite Quantity contract. The ordering period will be from contract
award for a 3 year period. A minimum order quantity of one each
Multiband (J6) Radio and one each Control Head shall be established;
however, an initial order for fifty-six (56) each Multiband (J6) Radios
and 56 each Control Heads with delivery in April 1998 is anticipated.
CLIN 0001AA shall be established for the Multiband (J6) Radio and CLIN
0001AB for the Control Head. The radio must meet the following: Have
a frequency range of 30-400 MHz with voice and data with the capability
of simplex two-way communication both ECCM/non-ECCM and half-duplex on
the maritime channels and SATCOM. The radio must have multi-channel
capability Line of Sight (LOS) or Beyond Line of Sight (BLOS) with
embedded Demand Assigned Multiple Access (DAMA) and Communication
Security (COMSEC) (ANDVT, KY-58 and KG-84A). The radio must be
controllable via a 1553 Bus and a remote control head. Additionally,
the radio must be able to scan 4-channels, have 8.33 kHz channels on
VHF-AM, do CASS/DICASS command links, compatible with Link 11, Link 4A,
AFAPD, IDM and ATHS. The following frequency ranges are required: a.
Transmit & receive: (1) 30.00 thru 87.975 MHz (FM), (2) 118.00 thru
135.975 MHz (AM), (3) 136.00 thru 155.975 MHz (AM & FM)(Default is AM),
(4) 156.00 thru 173.975 MHz (FM), (5) 225.00 thru 399.975 MHz (AM), b.
Receive only: thru 117.975 MHz (AM). AM and FM ECCM Modes include: a.
Have Quick, b. Have Quick II, c. SINCGARS V. BLOS in UHF range
includes: (a) Voice and Data, (b) FM & PM non-processed 5 and 25 kHz
channels (MIL-STD-188-181), (c) 5kHz DAMA per MIL-STD-188-182, (d) 25
kHz DAMA per MIL-STD-188-183, (e) Capability of: (1) Fleet Satellite
(FLTSAT), (2) Commercial Leased Sat (LEASAT), MARISAT (GAPFILLER), (3)
UHF Follow-on satellite systems (UFO). Communications shall be
compatible at a minimum with the following: a. AN/PSC-5 (EMUT), b.
AN/USC-42 (V)1 & 2, c. UHF DAMA Network Control Station, d. DAMA
Semi-Automatic Controller (SAC), e. AN/WSC-3, f. AN/ARC-164, 182, 186,
187, 201, 210. Physical requirements of the radio include: a. Weight
not to exceed: (1) RT -- 14 lbs, (2) Control Head -- 3 lbs., b.
Dimensions include: (1) RT -- NTE 5.6" height x 5.0" width x 9.75"
depth, (2) Control Head -- NTE 2.25" height x 5.75" width x 5.50" depth
and must be mountable in a standard DZUS rail, c. Input Power is 28 VDC
with under voltage protection (must meet all MIL-STD-704D
requirements), d. Output Power includes (1) FM/PM 15-23 Watts, (2) AM
10-15 Watts. P3I to the FAA TDMA. Data rates: up to 80,000 bits per
second. Control head shall be NVIS compatible per MIL-I-85485A Type I,
Class A (Blue, Green) and Class B (all colors). The RT and control
head must pass all of the environmental test requirements (similar to
MIL-STD-810E) and EMI test requirements of ADS-37A-PRF. Copies of the
testing requirements can be obtained from the Contract Specialist,
Linda Diedrich at 757-878-5223, x240 or the Procuring Contracting
Officer, Mr. Richard Cooney, x251. The RT must be compatible with the
currently installed power amplifier (Unique Systems, Inc., P/N
US22/40/100LN). The RT must have an independent 121.4/243 MHz Guard
receiver. If a proposal is submitted on an equal product, the
manufacturer's name, brand, model or part number along with a complete
description/literature shall be submitted The contractor must
demonstrate that their product meets or exceeds all of the requirements
listed in the specifications cited above. This shall include, but not
be limited to, test plans and/or test reports demonstrating compliance
with the above cited requirements and substantiation that the unit
will operate with the power amplifier currently installed on the
aircraft. Only technically acceptable offers from responsible sources
will be considered for award. The provision at 52.212-1, Instruction to
Offerors Commercial Items, applies to this acquisition and no addenda
applies. Offers shall include a completed copy of the provision at
52.212-3, Offeror Representations and Certifications Commercial Items,
with the offer. The clause 52.212-4, Contract Terms and Conditions
Commercial Items applies to this acquisition with the following
addendum: All material shipped under this contract shall be packaged
and packed to conform with carrier requirements per FAR 52.247-30, FOB
Origin, incorporated by reference into this solicitation. The package
shall be clearly marked with the Shipping Address as follows so that
easy identification without opening the package can be determined:
MSSA/CRP, HHC 160th SOAR, Attn: AOAV-SI, Dortch/Linder, x1968, Bldg
7262, Hangar 15, Ft. Campbell, KY 42223-5738 (W80N5C). The clause at
52.212-5, Contract Terms and Conditions Required to Implement Statutes
or Executive Orders Commercial Items applies to this acquisition to
include 52.230-6 "Restrictions on Subcontractor Sales to the Government
with Alternate 1", 52.203-10 "Price or Fee Adjustment for Illegal or
Improper Activity", 52.219-8 "Utilization of Small Business Concerns
and Small Disadvantaged Business Concerns", 52.219-9 "Small, Small
Disadvantaged and Women-Owned Small Business Subcontracting Plan",
52.222-26 "Equal Opportunity", 52.222-35 "Affirmative Action for
Special Disabled and Vietnam Era Veterans", 52.222-36 "Affirmative
Action for Handicapped Workers", 52.222-37 "Employment Reports on
Special Disabled Veterans and Veterans of the Vietnam Era", 52.247-64
"Preference for Privately Owned U.S. Flag Commercial Vessels". In
addition to the foregoing FAR provisions, the following DFARS
provisions are applicable: 252.225-7006 "Buy American Act Trade
Agreement Balance of Payments Program Certificate", 252.212-7000
"Offeror Representations and Certifications Commercial Items" (Note a
completed copy must be returned with your offer), 252.212-7001
"Contract Terms and Conditions Required to Implement Statutes
Applicable to Defense Acquisitions for Commercial Items" the following
particular provisions cited within 252.205-7000 "Provision of
Information to Cooperative Agreement Holders", 252.219-7003 "Small
Business and Small Disadvantaged Business Subcontracting Plan",
252.219-7006 "Notice of Evaluation Preference for Small Disadvantaged
Business Concerns (Alternate 1)", 252.225-7001 "Buy American Act and
Balance of Payment Program", 252.225-7007 "Trade Agreements",
252.225-7012 "Preference for Certain Domestic Commodities", and
252.225-7014 "Preference for Domestic Specialty Metals". Proposals must
be delivered to the U.S. Special Operations Command, Aviation Applied
Technology Directorate, AMSAM-AR-Z-A-K, (Attn: Linda Diedrich or
Richard Cooney), Bldg 401, Lee Blvd, Ft. Eustis, VA 23604-5577,
telephone 757-878-5223, x251 (or Linda Diedrich, 757-878-5223, x240) no
later than 1500 (3:00 p.m.) EST, 18 August 1997. This solicitation is
subject to FAR 52.215-10 "Late Submissions, Modifications and
Withdrawals of Proposals". Note: "The proposed contract action is for
supplies or services for which the Government intends to solicit and
negotiate with only one source under authority of FAR 6.302. Interested
persons may identify their interest and capability to respond to the
requirement or submit proposals. This notice of intent is not a request
for competitive proposals. However, all proposals received within
fifteen (15) days (IAW FAR 5.203(a)) after date of publication of this
synopsis will be considered by the government. A determination by the
Government not to compete this notice is solely within the discretion
of the government. Information received will normally be considered
solely for the purpose of determining whether to conduct a competitive
procurement." (0217) Loren Data Corp. http://www.ld.com (SYN# 0278 19970807\16-0042.SOL)
16 - Aircraft Components and Accessories Index Page
|
|