Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 10,1996 PSA#1676

NCCOSC RDTE Division Code 214B 53570 Silvergate Avenue Bldg A33 San Diego CA 92152-5113

A -- DEFENSE SYSTEMS SOL N66001-96-R-0111 POC Contract Specialist, Craig Miller, (619)553-3755. Contracting Officer, Richard Hammersmith. This is a combined synopsis/solicitation for commercial items 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. The solicitation number is N66001-96-R-0111; this solicitation is being issued as a request for proposals (RFP). The Department of the Naval Command, Control, and Ocean Surveillance Center, Research, Development, Test and Evaluation Division (NCCOSC RDTE DIV.), San Diego, CA intends to negotiate a fully competitive Firm-Fixed Price type contract to procure one (1) each Portable Defense Meteorological Satellite Program (DMSP)/Television InfraRed Observation Satellite (TIROS) Satellite Receiver. The provisions and clauses are those in effect through Federal Acquisition Circular 90-32 of October 1, 1995. The Standard Industrial Classification Code and Small Business Size Standard are 3663 and 750 employees. The Solicitation closing date is 24 September 1996. The required Satellite Receiver must be capable of receiving DMSP telemetry in a real time. The following specifications apply: 1. TELEMETRY RECEIVED. Receives full stream High Resolution Picture Transmission (HRPT) telemetry from TIROS satellites and high resolution Real Time Data (RTD) from DMSP satellites and geostationary weather facsimile (WEFAX) telemetry from GOES, Meteorsat, and GMS satellites. All telemetry data is received in real time. 2. REAL TIME RECEPTION. Receives telemetry directly from Polar Orbiting satellites as they pass within line-of-sight of antenna as low as 10 degrees above the horizon for TIROS and 15 degrees above the horizon for DMSP with no less than 95 percent of the visible and infrared received shall be clear of dropouts. 3. ANTENNA REQUIREMENTS. a) Antennas must be enclosed in Radomes; b) antennas must be able to operate in sustained winds up to 31.5m/s (70 MPH) and wind gusts up to 45.0 m/s (100 mph); c) the system shall consist of not more than two (2) antennas. The first antenna shall receive HRPT and WEFAX data. It shall have a gain on the feed of not less than 20.2 dBic at 2267 Mhz. The second antenna shall receive RTD and GPS telemetry. It shall have a gain on the feed of not less than 20.2 dBic at 2267 Mhz. d) each antenna shall be equipped with two removable camouflaged covers (desert and woodland camouflage) for operational use in the field; e) each antenna shall be stored in a soft sided carrying case; f) each antenna shall have a setup time to powerup of less than 5 minutes (remove from carrying case and assemble); g) the outside equipment must have an operating temperature range of -30 degrees C (-22 degrees F) to 70 degrees C (158 degrees F); h) the antennas shall be equipped with legs for use in uneven terrain; i) the antennas shall be self-leveling on powerup and operate on slopes up to 25 degrees; j) the total weight of the antenna, including legs and radomes, shall not exceed 22Kg (55 lbs.). The total weight of the unit (antenna, radome, legs, camouflaged covers and carrying case) shall not exceed 28 Kg (62 lbs.); k) each antenna shall have one cable connecting to the inside equipment; l) total space required for storage of both antennas and associated parts shall not exceed 24 cubic feet. 4. INSIDE EQUIPMENT. The inside equipment shall be housed in one chassis, not-to-exceed 5.25 inches high (3U) which mounts in a 19 inch wide rack. The system must be capable of receiving both RTD and WEFAX telemetry simultaneously. 5. POWER REQUIREMENTS. The inside equipment shall operate on 115 VAC, 60 Hz. The inside equipment shall provide power to operate the electronics and tracking motors for the antennas. 6. RELIABILITY. The overall system shall have a minimum Mean Time Between Failure (MTBF) of 26,000 hours. 7. DELIVERY SCHEDULE. This system must be Commercial Off The Shelf (COTS) equipment and shall be delivered within two month after the contract award date. FOB Destination. Ship to Address: RECEIVING OFFICER, NCCOSC RDTE DIV (CODE 642) 53560 HULL ST, SAN DIEGO, CA 92152-5410, MARK FOR: Contract N66001-96-C-0111. The receiving office is open for deliverables Monday through Thursday from 7:30 am to 4:30 pm. FAR provision 52.212-1, Instruction to Offerors--Commercial, applies to this acquisition. Award will be made to the low responsive and responsible offeror. A completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, is required as a part of the offer. The clause at 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Status or Executive Orders--Commercial Items, applies to this acquisition and the following clauses listed under para. (b) apply: 52.203-6 Restrictions on Subcontractor Sales to the Government with Alternate I. 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 52.222-26 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 201-39.5202-3 Procurement Authority - This acquisition is being conducted under the regulatory delegation of GSA's exclusive procurement authority for FIP resources. The specific GSA DPA case number is not necessary. The DFARS clause at 252.212-7000, Offeror Representations and certifications-Commercial Items; is to be completed and submitted as part of the offer. The DFARS clause at 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items and the following clauses under para. (b) apply: 252.225-7001 Buy American Act and Balance of Payments Program, 252.225-7012 Preference for Certain Domestic Commodities; 252.225-7036 North American Free Trade Agreement Implementation Act, 252.233-7000 Certification of Claims and Requests for Adjustment or Relief DFARS Clauses 252.225-7000, Buy American Act-Balance of Payments Program Certificate and 252.225.7035, Buy American Act-North American Free Trade Agreement Implementation Act-Balance of payments Program Certificate, apply to this procurement. Offer is due to BID OFFICER, Code 214B, Bldg A33, Room 0061, 53570 Silvergate Avenue, San Diego, CA 92152-5113, on or before 24 September 1996, no later than 3:00 p.m. local time. For information regarding the solicitation, contact Mr. Craig Miller, Code 212, (619)553-3755. (0250)

Loren Data Corp. http://www.ld.com (SYN# 0001 19960909\A-0001.SOL)


A - Research and Development Index Page