|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 11,1997 PSA#1990Dept. of the Army, Directorate of Contracting, Attn: ATZS-DKO-I, P.O.
Box 12748, Fort Huachuca, AZ 85670-2748 D -- INMARSAT TRACKING BEACON SOL DABT63-98-R-0003 DUE 122397 POC
Procurement Technician: Wesseleen Stookesberry, 520-538-0416 (i) This
is a combined synopsis/solicitation/RFP for commercial items prepared
in accordance with the format in FAR Subpart 12.6, the test program in
FAR Subpart 13.6, 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. (ii) This solicitation document and incorporated provisions and
clauses are in effect through the 1997 reissue of the FAR. (iii) This
is a full and open competition under SIC 3663. (iv) GENERAL
INFORMATION: Federal Express proposal to Dept. of the Army, Directorate
of Contracting, Building 21112, Hines Road, Ft Huachuca, AZ 85613. The
DoD Counter Drug Technology Development Program Office (CTDPO) has a
requirement for the modification of a small covert tracking device
using the INMARSAT satellite system as the communications link. The
device should have as a minimum the following features: a. Optimized
for battery operation; b. Complete INMARSAT coverage areas; c. Real
time or preprogrammed periodic reporting capability; d. Multiple
reporting capability (to more than one monitoring station); e. Map
overlay data display (at the central monitoring station); f. GPS
positioning; g. Small size (20cu. Inches acceptable, goal of 10 cu.
Inches) not including batteries; g. Operational status reporting; h.
Omni-directional antenna (does not require pointing); i. Unique ID; j.
Pre-approved frequency; k. Discrete event sensing and external device
discrete control; DISCUSSION: This tracking device will be installed
on vehicles (air, land, and sea) and will provide location information
back to a central tracking station via the INMARSAT communications
satellite system. GPS position locating should be integral to the
tracking device. The unit is intended to be used in non-cooperative
installations, and should therefore be optimized for size and battery
operations. The primary objective of this modification is to produce a
small, battery-operated unit that is suitable for unattended
installations. To maintain the longest possible tracking capabilities,
each unit must incorporate a power management scheme to conserve
energy when not receiving or transmitting data. At pre-programmed
intervals each unit will "wake up", determine their position using GPS,
and transmit its coordinates to the central station. If needed,
operators at the central station shall be able to "wake up" individual
units remotely to demand a status report. FCC and INMARSAT acceptance
of these units will be the responsibility of the contractor and should
be included in the modification planning. The work will result in the
contractor delivering 2 units for evaluation and demonstration, at
lease one new antenna design for the units, and computer software to
monitor up to 100 units at the central station. These units shall be in
a condition suitable for functional testing at the contractor's
facility. The government reserves the right to exercise an option for
ten (10) Pre-Production units following successful competition of
Demonstration Testing and compliance with the specifications. The units
shall be designed such that, if the government exercises the production
option, (75 units) the units shall be capable of remote programming of
reporting and on/off controls. (v) Period of performance is 12 months
from date of award for technical support. (vi) Place of delivery:
Naval Surface Warfare Center, 17320 Dahlgren Road, Dahlgren, VA
22448-5100. (vii) Solicitation provision at FAR 52.212-1, Instructions
to Offerors -- Commercial Items (Jun 1997) is hereby incorporated by
reference. (viii) Solicitation provision at FAR 52.212-2(a), Evaluation
-- Commercial Items. The following factors shall be used to evaluate
offers: (1) Technical; (2) Past Performance; (3) Price; (1a) Size of
Device; (1b) Technical Performance of Device: (1c) Power Consumption;
(1d) Graphical interface of display software; and (1e) Antenna design
theory. Technical evaluation is significantly more important than past
performance. Past performance is more important than price. Technical
and Past Performance when combined are significantly more important
than price. Award will be made to the proposal determined to be the
most advantageous to the Government, all factors considered, and maybe
awarded to other than the offeror with the lowest price. Proposal is
due by December 23, 1997. (ix) Offeror's are reminded to include a
completed copy of the provision at 52.212-3, Offeror Representations
and Certifications -- Commercial Items (Jan 1997), with proposal. (x)
Clause 52.212-4, Contract Terms and Condition -- Commercial Items (May
1997), is hereby incorporated by reference. (xi) Clause 52.212-5,
Contract Terms and Conditions Required to Implement Statutes or
Executive Orders -- Commercial Item (Aug 1996), is hereby incorporated
by reference. The following paragraphs apply to this solicitation and
any resultant contract (b) (2) 52.203-10, (b) (3) 52.219-8, (b) (6)
52.222-26, (b) (7) 52.222-35, (b) (8) 52.222-36, (b) (9) 52.222-37.
(xii) Additional Contract Terms and Conditions applicable to this
procurement is Type of Contract: A firm fixed-price contract will be
awarded. (xiii) The Defense Priorities and Allocations Systems (DPAS)
assigned rating for this procurement is DO-A7. (0343) Loren Data Corp. http://www.ld.com (SYN# 0025 19971211\D-0002.SOL)
D - Automatic Data Processing and Telecommunication Services Index Page
|
|