|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 12,1997 PSA#192916th 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
|
|