Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 12, 2002 FBO #0375
SOLICITATION NOTICE

16 -- RTA-852L Color Weather Radar

Notice Date
12/10/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Treasury, United States Customs Service (USCS), Procurement Division, 1300 Pennsylvania Avenue, N.W., Room 1310 NP, Washington, DC, 20229
 
ZIP Code
20229
 
Solicitation Number
Reference-Number-USCS12102002
 
Response Due
12/27/2002
 
Archive Date
1/11/2003
 
Point of Contact
Ronald Venable, Contract Specialist, Phone (202) 927-1132, Fax (202) 927-1812,
 
E-Mail Address
ron.venable@customs.treas.gov
 
Description
This is a combined synopsis/solicitation for the upgrade of the RTA-852L Color Weather Radar used on the P-3 AEW and Slick aircraft prepared in accordance with the format in Federal Acquisition Regulation (FAR) 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. There is no solicitation number, for reference use USCS12102002. The United States Customs Service (USCS) intends to negotiate on a sole source basis with Rockwell Collins General Aviation Division, Cedar Rapids, Iowa for the upgrade of four (4) RTA-852L Color Weather Radars. The Statement of Work is as follows: A. Background. The Applied Technology Division of the Office of Information and Technology (ATD/OIT) within the USCS is responsible for providing aircraft and surveillance equipment for the interdiction of drugs and other contraband destined for the United States. The platforms for airborne surveillance and tracking used by USCS are P-3 aircraft modified for Airborne Early Warning and Interceptor/Tracker operations commonly referred to as AEW and Slick aircraft, respectively. The Color Weather Radar (CWR) model RTA-852L manufactured by Rockwell Collins is installed on the USCS P-3 aircraft. Recent testing and mission operations revealed that the baseline configurations were not the same and cross platform use could not be accomplished. Configurations vary from the 622-9080-001 version to the 622-9080-011, and neither is digitally stabilized. This upgrade will achieve baseline commonality and allow cross platform application. B. Purpose. It is the intent of the USCS to upgrade, with the incorporation of Rockwell Collins service bulletins, all 622-9080-001 and 622-9080-011 units to the 622-9080-003 configuration. 2.0 APPLICATION DOCUMENTS. Commercial standards shall be used wherever practicable. USCS requests the use of certain standards listed below because systems meeting those standards currently exist or will exist in the USCS P-3 aircraft configuration. However, Rockwell Collins is free to propose alternative commercial standards and solutions to meet the performance requirements stipulated in this SOW. Such proposals shall be submitted to USCS for evaluation. All equipment shall, at a minimum, comply with commercial industry standard DO-160 produced by the Radio Technical Commission for Aeronautics and the ARINC-429 Digital Information Transfer System Standards, where applicable, and any other commercial industry standard. 3.0 REQUIREMENTS. Rockwell Collins, Atlanta Service Center shall fully support, by the incorporation of service bulletins, the upgrade of the CWR RTA-852L radars as outlined in this SOW. 3.1 DETAILED TASK. 3.1.1 Equipment Upgrade. Rockwell Collins shall provide a central point of contact (POC) to coordinate with the USCS Surveillance Support Branch (SSB) East and West Aircraft Maintenance Inspectors (AMI) on the upgrade process of the CWR RTA-852L units. Based on the USCS P-3 operational commitments a firm schedule is not available, Rockwell Collins POC shall coordinate with each AMI for the upgrade of the CWR RTA-852L units and delivery schedule. Delivery of the Color Weather Radar shall be FOB destination. The provisions at FAR 52.212-1, Instructions to Offerors ? Commercial Items, applies to this acquisition. The provisions at FAR 52.212-2, Evaluation ? Commercial Items, applies to this acquisition, the specific evaluation criteria relating to paragraph (a) are price and technical (ability of offeror to meet the Government?s specification) and technical is more important then price. A completed copy of the provision at FAR 52.212-3, Offeror Representation and Certifications ? Commercial Items shall be part of the quote submission. The provision at FAR 52.212-4, Contract Terms and Conditions Required to Implement Statues or Executive Orders ? Commercial Items applies to this acquisition along with the following FAR clauses cited within this clause; 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37 and 52.232-33. This notice of intent is not a request for competitive quotations. Interested parties may identify their interest and capability to respond to the requirement. All capability statements received by December 27, 2002 3:00 P.M. Eastern Standard Time will be considered by the Government; however, a determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. All responsible sources should submit a response to Ronald Venable, United Customs Service, Procurement Division, 1300 Pennsylvania Avenue, N.W., Suite 1310 NP, Washington, DC 20229. Telephone # 202-927-1132.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/TREAS/USCS/PDDC20229/Reference-Number-USCS12102002/listing.html)
 
Record
SN00220960-F 20021212/021211052739 (fbodaily.com)
 
Source
FedBizOpps.gov 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.