Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 12,1997 PSA#1929

16th Contracting Squadron, 350 Tully Street, PO Box 9190, Hurlburt Field, FL 32544-9190

59 -- GUNFIRE SIMULATOR LIGHT SOL F08620-97-T5146 DUE 092997 POC Lawrence Nash, Contract Specialist, 850-884-3262;P.Scott Ilg, Contracting Officer, 850-884-1258 59 -- Electronic Component, Solicitation F08620-97-T5146, due 9/29/97. Contact Lawrence Nash, 850-994-3262. 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 contained in this notice. This announcement constitutes the only solicitation, proposals are being requested and a written solicitation will NOT be issued. This is Solicitation F08620-97-T5146, and is issued as a Request for Quotation (RFQ). The RFQ incorporates provisions and clauses as those in effect through Federal Acquistion Circular 97-01. This requirement is 100% set aside for small business; the standard industrial classification is 3812, and the small business size standard is 750 employees. Schedule: The contractor shall provide the following item; Quantity 8, Gunfire Simulator Light -- Narrow beam laser illuminator for use as a gunfire simulator light on AC-130H aircraft that will provide covert target identification to ground forces using night vision devices for accurate targeting assessment. The laser illuminator must operate in the 855-875nm wavelength range. It must be lightweight, 2.5 pounds or less, to limit adverse weight and balance problems with the Low Light Level Television Stabilized Tracking Set Mount (LLLTV STS). The laser illuminator must emit a narrow energy beam, approximately 2 mils or less beam divergence, for accurate target identification. Total length must not extend beyond any current component on the mount, approximately 16 inches or less. The laser illuminator must have a self- contained power source, and have the capability to operate by an external trigger pulse. The external trigger pulse can be either ground, 28 volts direct current, or by using associated equipment (i.e., electromagnetic relay). The laser illuminator must have a minimum range of 5 kilometers. Equipment will be subject to the following environmental factors: water, high humidity, wind, vibrations, and temperature ranges of approximately -30 degrees to +110 degrees Fahrenheit. The laser illuminator must be supplied with a mounting system capable of securing the laser to the LLLTV STS and providing azimuth and elevation adjustments. The adjustments are necessary for alignment of the laser spot to the center aimline of the narrow television camera. The adjustment mechanism must be accessible from inside the aircraft through an access panel to the multi-sensor platform. Pictures of the LLLTV STS are available upon request. The system will not degrade current fire control capabilities or accuracy. Safe Eye Exposure Distance shall not exceed 100 meters. The offeror shall include a completed copy of the Federal Acquistion Regulation (FAR) provisions at 52.212-3, Offeror Representations and Certifications, Commercial Items. The offeror is advised that FAR provision 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items, applies to this acquisition. FAR 52.212-1, Instructions to Offerors -- Commercial Items, is amended to read: "Submit signed and dated offers in three copies to 16 CONS/LGCS, Attn: Lawrence Nash, PO Box 9190, 350 Tully Street (Mail Stop #39), Hurlburt Field, FL, 32544. Offers may be submitted on letterhead stationery and at a minimum must show: (1) the solicitation number (F08620-97-T5146); (2) the time specified for receipt of offers (29 Sep97); (3) The name, address, telephone number of the offerors; (4) a technical description of the item(s) being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature or other documents if necessary; (5) terms of any express warranty; (6) price and discount terms; (7) "remit to" address, if different from mailing address; (8) a complete copy of the representations and certifications at FAR 52.212-3; (9) acknowledgement of solicitation admendments, if any; (10) past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar equipment and other references (including contract numbers, points of contact with telephone numbers and other relevant information; and (11) if the offer is not submitted on a SF 1449, include a statement specifying the extent of agreement with all terms and conditions, and provisions included in the solicitation. The proposal must be signed by an official authorized to bind your organization. Offers that fail to furnish required representations and certifications or reject the terms and conditions of the solicitation, may be excluded from consideration. FAR 52.212-2, Evaluation -- Commercial Items, is amended to read: (The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The Government anticipates award of a firm-fixed price purchase order. The following factors (in descending order of importance) shallbe used to evaluate offers: (1) technical capability of the item offered to meet the Government requirement; (2) delivery time; (3) past performance; (4) price (including FOB destination charges). All evaluation factors other than cost or price, when combined, are approximately equal to cost or price. When evaluating proposals for technical capabilities, priority consideration will account for the Laser Illuminator with mount and any other associated equipment meeting or exceeding user specifications with minimal modifications to the aircraft or associated systems and availability for installation within 90 days of contract award and local installation with minimal aircraft downtime. For evaluation of past performance, offerors are required to submit information pertaining to previous sales to government activities or to private companies. Include contract number, date of purchase, amount of purchase, and name/address/phone number of purchaser. Failure to submit information for evaluation will result in subpar scoring in applicable areas of evaluation. All proposals should include FOB Destination pricing. Questions concerning this RFQ must be submitted in writing; no telephone responses will be processed. Questions should be faxed to Lawrence Nash, 16CONS/LGCS, at 850-884-5372. (0253)

Loren Data Corp. http://www.ld.com (SYN# 0296 19970912\59-0035.SOL)


59 - Electrical and Electronic Equipment Components Index Page