Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 23, 2003 FBO #0632
SOLICITATION NOTICE

66 -- Dit-Mco Test Systems Upgrade

Notice Date
8/21/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commanding Officer, USCG Aircraft Repair & Supply Center, HU25, HH65, H60J, C130 or Support Procurement Building 79, 75, 79, 78, or 63, Elizabeth City, NC, 27909-5001
 
ZIP Code
27909-5001
 
Solicitation Number
DTCG38-03-Q-500011
 
Response Due
9/10/2003
 
Archive Date
9/30/2003
 
Point of Contact
Denise Hall, EISD Purchasing Agent, Phone 252-334-5323, Fax 252-335-6849, - Constance Cox, EISD Contracting Officer, Phone 252-335-6011, Fax 252-335-6849,
 
E-Mail Address
DHall@arsc.uscg.mil, CCox@arsc.uscg.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, proposals are being requested and written document will not be issued. U.S. Coast Guard intends to solicit and negotiate with only DIT-MCO International, 5612 Brighton Terrace, Kansas City, MO 64130-4130 on a sole source basis. DTCG38-03-Q-500011 is issued as a Request for Quotation (RFQ). The incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2001-15. The applicable NAICS number is 334519; small business size standard is 500 employees. This is an unrestricted procurement, The contract will be awarded using Simplified Acquisition Procedures in accordance with FAR Part 13.5. Item 1: Upgrade DIT-MCO system 9500.12B S/N 0291 used on the H65 aircraft line at USCG, ARSC by installation to operational usage in accordance with the Statement of Work . H65 DIT-MCO Upgrade STATEMENT OF WORK: 1. This specification is for the procurement and installation of several standard Dit-Mco International upgrade/options into a Dit-Mco Automatic Circuit Analysis Test Systems at the USCG, ARSC facility in Elizabeth City, NC. The upgrades and options required are as follows: A. 2524 Upgrade: This upgrade replaces the test system’s computer, monitor, keyboard, mouse, printer and all necessary devices and cabling. It replaces the Dit-Mco T81 software with the Dit-Mco TestExecutiveâ software and provides Windows 2000 Professional. This upgrade changes the test system to a true windows base system. It is essential that the components in this upgrade be identical with the 2000/TestExecutiveâ series system already in operation at ARSC to allow interchangeability of parts and to negate the need for additional spare parts and maintenance training. B. EPP Terminal Selector Upgrade: This upgrade replaces the logic assembly, terminal selector and test location controller with an enhanced parallel port terminal selector. It is essential that the components in this upgrade be identical with the 2000/TestExecutiveâ series systems already in operation at ARSC to allow interchangeability of parts and to negate the need for additional spare parts and maintenance training. C. SMU Upgrade replacing DCS II: This upgrade removes the DCS II digital comparator system and installs the standard measurement unit (SMU). It is essential that the components in this upgrade be identical with the 2000/TestExecutiveâ series systems already in operation at ARSC to allow interchangeability of parts and to negate the need for additional spare parts and maintenance training. D. Test Condition Data Display Option: This upgrade enhances the system monitor display and gives the operator the ability to increase the font sizes 2 and 3 times normal and increase the brightness of the test condition line without affecting the rest of the system display. E. Find the Fault Option: This upgrade identifies, in UUT nomenclature, and graphically displays the location of the open and/or shorted circuits as relative distances between open UUT connectors or shorted location. This capability shall differentiate between the UUT, adapter cable and tester defect. Implementation shall be automated and based on the association of the adapter cables and test program. Editing or changes to the test files is not required. F. TestStatsâ Option: This option analyzes data from the Dit-Mco generated error log and operator inputs to produce statistical data reports and charts. The automatic circuit analysis test systems administrator (ACATSA) will have the latitude to modify the operator input data menus, codes and fields. The type of report and charts as well as the type and span of data to consider is at the discretion of the ACATSA. This option must have database compatibility with existing TestAssistant IIâ test program generation software. This option shall include a 19” flat screen monitor for the ACATSA. 2. The Dit-Mco system 9500.12B serial number 0291 used on the H65 aircraft line at USCG, ARSC, Elizabeth City, NC shall have upgrade/option (A), (B), (C), (D), (E) and (F) installed and made operational with any degradation to the present operational capabilities. 3. All upgraded USCG, ARSC automatic circuit analysis test systems shall be under the control of and linked to the software umbrella of the existing Dit-Mco TestAssistant IIâ system; and be able to execute test programs generated by TestAssistant IIâ. All existing Dit-Mco T81 and TestExecutiveâ test programs, accessory files and switching systems shall continue to operate without degradation or modifications. 4. Compliance with Dit-Mco Standard 2500 Series Acceptance Test Procedure (ATP) 132-05991-0001 will be used to determine specification acceptance criteria for the upgrade/options identified in paragraph 1.A through 1.E. 5. Compliance with Dit-Mco TestStatâ Demonstration Acceptance Test Procedure (ATP) 132-05996-0006 will be used to determine specification acceptance criteria for the upgrade/options identified in paragraph 1.F. 6. Installation of upgrades shall begin within 120 days after award of contract and shall be completed no later than 150 days after award of contact. The USCG, ARSC test systems availability for upgrade will be scheduled around USCG production schedules and availability. 7. Offerors shall identify a minimum of two (2) cases, preferably US Government, where like upgrades have been installed for review and examination if desired by the USCG. Contract numbers, contracting officers, points of contact, and telephone numbers shall also be provided. Item 2. Upgrade Monitor from 17" to 21" Qty 1 Each, Item 3: Fault Locator Qty 1 Each; Item 4: Config. Engineering Qty 1 Each , Item 5: 19" Flat Screed LCD Monitor; Qty 1 Each; Item 4: Upgrade DIT-MCO Systems 2524.S12 S/N 0034 and 2524.12B S/N 0035 used on the C130 aircraft line at USCG, ARSC by installation to operational usage in accordance with the Statement of Work: C130 DIT-MCO Upgrade STATEMENT OF WORK 1. This specification is for the procurement and installation of several standard Dit-Mco International upgrade/options into a Dit-Mco Automatic Circuit Analysis Test Systems at the USCG, ARSC facility in Elizabeth City, NC. The upgrades and options required are as follows: A. Test Condition Data Display Option: This upgrade enhances the system monitor display and gives the operator the ability to increase the font sizes 2 and 3 times normal and increase the brightness of the test condition line without affecting the rest of the system display. B. Find the Fault Option:This upgrade identifies, in UUT nomenclature, and graphically displays the location of the open and/or shorted circuits as relative distances between open UUT connectors or shorted location. This capability shall differentiate between the UUT, adapter cable and tester defect. Implementation shall be automated and based on the association of the adapter cables and test program. Editing or changes to the test files is not required. C. TestStatsâ Option: This option analyzes data from the Dit-Mco generated error log and operator inputs to produce statistical data reports and charts. The automatic circuit analysis test systems administrator (ACATSA) will have the latitude to modify the operator input data menus, codes and fields. The type of report and charts as well as the type and span of data to consider is at the discretion of the ACATSA. This option must have database compatibility with existing TestAssistant IIâ test program generation software. D. SMU Upgrade retaining DCS III: This upgrade installs the standard measurement unit (SMU) and retains the DCS III digital comparator system (both being applicable via program control). It is essential that the components in this upgrade be identical with the 2000/TestExecutiveâ series system already in operation at ARSC to allow interchangeability of parts and to negate the need for additional spare parts and maintenance training. E.Wireless Network: This option provides wireless networks for the portable automatic circuit analyzer test system in hanger 75 and ties them to the TestAssistant IIâ and Test Statsâ systems for test file management and test results data transfer. 2. The Dit-Mco mobile systems 2524.S12 serial number 0034 and 2524.12B serial number 0035, utilized on the C130 aircraft line in aircraft hanger 75 at USCG, ARSC, Elizabeth City, NC shall have upgrade/option (A), (B), (C), (D) and (E) installed and made operational with any degradation to the present operational capabilities. 3. All upgraded USCG, ARSC automatic circuit analysis test systems shall be under the control of and linked to the software umbrella of the existing Dit-Mco TestAssistant IIâ system; and be able to execute test programs generated by TestAssistant IIâ. All existing Dit-Mco T81 and TestExecutiveâ test programs, accessory files and switching systems shall continue to operate without degradation or modifications. 4. Compliance with Dit-Mco Standard 2500 Series Acceptance Test Procedure (ATP) 132-05991-0001 will be used to determine specification acceptance criteria for the upgrade/options identified in paragraph 1.A through 1.E. 5. Compliance with Dit-Mco TestStatâ Demonstration Acceptance Test Procedure (ATP) 132-05996-0006 will be used to determine specification acceptance criteria for the upgrade/options identified in paragraph 1.F. 6. Installation of upgrades shall begin within 120 days after award of contract and shall be completed no later than 150 days after award of contact. The USCG, ARSC test systems availability for upgrade will be scheduled around USCG production schedules and availability. 7. Offerors shall identify a minimum of two (2) cases, preferably US Government, where like upgrades have been installed for review and examination if desired by the USCG. Contract numbers, contracting officers, points of contact, and telephone numbers shall also be provided. Delivery is required 120 days ARO, early deliveries are acceptable, and shall be completed no later than 150 days ARO. DIT-MCO shall coordinate system availability for upgrade with ARSC prior to final planning. Packaging, packing and preservation shall be in accordance with best commercial practices to enable shipment to destination and transshipment to Coast Guard units without repackaging or incurring damage during shipment and handling. Items shall be individually packaged and labeled. Labeling shall include the appropriate NSN, Part Number, Nomenclature, Quantity, Purchase Order and Line Item Number. Labeling data shall be attached to the outside of the shipping container. Bar coding is not required. Quotes must be submitted Fob Destination. Items are to be delivered to U.S. Coast Guard Aircraft Repair & Supply Center, Bldg. 63, Elizabeth City, NC 27909-5001. Drawings are not available and cannot by furnished by U.S. Coast Guard. Closing date for receipt of quotes is 10 September 2003 4PM ESDT. For information regarding this request for quotation, contact Denise Hall (252) 334-5323 or e-mail dhall@arsc.uscg.mil , mail address Denise Hall, Purchasing Agent, U.S. Coast Guard, ARSC, EISD Procurement Office, Bldg 78, Elizabeth City, NC 27909-5001. Facsimile quotes are acceptable and may be faxed to 252 335-6849. All responsible sources may submit a quote which shall be considered. Offerors must have valid Cage Codes and DUNS Numbers and be registered with CCR. The following FAR Subpart 12 provisions are incorporated by reference: FAR 52.212-1 Instruction to Offerors - Commercial Items (OCT 2000) , FAR 52.212-2(a) & (c) Evaluation Commercial Items (JAN 1999) (fill-in)" Award will be made to the offeror proposing the best value to the government, whose product meets technical performance requirements, considering price, delivery and past performance., FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (JUN 2003); Offerors shall include a completed copy of this provision with offer., FAR 52.212-4 Contract Terms and Conditions Commercial Items (FEB 2002) with the following addenda: 52.211-14 Notice of Priority Rating for National Defense Use (SEP 1990) DO-A1, 52.242-13 Bankruptcy (JUL 1995) 52.247-34 F.o.b. Destination (NOV 1991), FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) Full text may be accessed electronically at internet address http://www.arnet.gov/far/ , FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) Full text may be accessed electronically at internet address http:www/arnet.gov/far/; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JUN 2003) (a)(b) (1)(ALT 1 OCT 1995), (7), (13-19), (21,22), (24-26), (29) and (32) FAR 52.239-1 Privacy or Security Safeguards (AUG 1996) Offeror(s) shall identify a minimum of two (2) contracts (preferably with U.S. Government) where like upgrades have been installed for review and examination, if desired, by the USCG. Contract numbers, contracting officers, points of contact and telephone numbers shall be provided with proposal. ATTENTION: Minority, Women-owned, and Disadvantaged Business Enterprises (DBEs): The Department of Transportation (DOT) offers working capital financing and bonding assistance for transportation related contracts. DOT's Bonding Assistance Program (BAP) offers bid, performance and payment bonds on contracts up to $1,000,000 from DOT's Short-Term Lending Program(STLP) offers lines of credit to finance accounts receivable. Maximum line of credit is $500,000 with interest at the prime rate. For further information, call (800) 532-1169 Internet address: http://osdbuweb.dot.gov.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DHS-DR/USCG/USCGARSC/DTCG38-03-Q-500011/listing.html)
 
Record
SN00409498-F 20030823/030821225006 (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.