Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 27,1998 PSA#2061

Combat Air Forces C2 Systems, 50 Griffiss Street Hanscom AFB, MA 01731-1642

16 -- GATM TCAS AND TAWS: PART 1 OF 2 SOL F19628-98-R-0015 POC Major Jefery L. Emmons, Contracting Officer, 781-377-7574 John E. Abisamra, Contract Specialist, 781-377-9024 WEB: ESC Business Opportunities Web Page, http://www.herbb.hanscom.af.mil. E-MAIL: Click Here to E-mail the POC, emmonsj@hanscom.af.mil. This is a combined synopsis/solicitation prepared by the Global Air Traffic Operations/Mobility Command and Control (GATO/MC2) Systems Program Office (SPO) for the procurement of commercial Traffic Alert and Collision Avoidance Systems (TCAS) and Terrain Awareness and Warning Systems (TAWS) components formerly known as 4th generation Ground Collision Avoidance Systems (GCAS). The TAWS components are required to meet the impending FAA TSO-C151 for TAWS and impending FAA Advisory Circular for TAWS. This notice is prepared in accordance with the format found in FAR Part 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. Offerors are encouraged to propose all commercial systems that are compliant with the solicitation requirements. The solicitation number for this acquisition is F19628-98-R-0015 and issued as a Request For Proposal. This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-04. This acquisition has not been set-aside for any small business. The standard industrial classification and small business size standard for this acquisition are: 3812 and +750 employees respectively. CONRACT LINE ITEM NUMBERS (CLINs) (All Firm-Fixed Price): CLIN 0001 TCAS SUPPLIES: Basic TCAS System: Separate priced tables for the following components: Mode S commercial transponders (maximum contract quantity 2662; maximum annual quantity 1000, minimum contract quantity 0); Mode S antennas (maximum contract quantity 2662; maximum annual quantity 1000, minimum contract quantity 0); TCAS antennas (maximum contract quantity 2662; maximum annual quantity 1000, minimum contract quantity 0); compatible displays (maximum contract quantity 3993; maximum annual quantity 1500, minimum contract quantity 0); TCAS Version 6.04 processors to include interrogators/receivers and upgrade kit to bring to TCAS II V 7.0 complianceor TCAS Version 7.0 processors to include interrogators/receivers (maximum contract quantity 1331, maximum annual quantity 500, minimum contract quantity 1); and associated Not Separately Priced commercial data with each table. Applicable Contractor Data Requirements Lists (CDRLs) are available on Hanscom=C6s Electronic Request for Proposal Bulletin Board (HERBB). Additional TCAS Components: In addition to the basis system components proposed above, provide separate priced tables for the following additional TCAS components: Mode S commercial transponders (maximum contract quantity 2662; maximum annual quantity 1000; minimum contract quantity 0); Mode S/IFF transponders with NSA cryptographic computer (maximum contract quantity 2662; maximum annual quantity 1000; minimum contract quantity 0); Mode S/IFF transponder without NSA cryptographic computer (maximum contract quantity 2662; maximum annual quantity 1000; minimum contract quantity 0); Mode S antennas (maximum contract quantity 2662; maximum annual quantity 1000; minimum contract quantity 0); TCAS antennas (maximum contract quantity 2662; maximum annual quantity 1000; minimum contract quantity 0); compatible displays (maximum contract quantity 3993; maximum annual quantity 1500; minimum contract quantity 0); TCAS Version 6.04 processors to include interrogators/receivers and upgrade kit to bring to TCAS II Version 7.0 compliance (maximum contract quantity 1331; maximum annual quantity 500; minimum contract quantity 0); TCAS Version 7.0 processors to include interrogators/receivers (maximum contract quantity 1331; maximum annual quantity 500; minimum contract quantity 0); and associated Not Separately Priced commercial data with each table. Applicable CDRLs are available on HERBB. All tables to be priced by calendar year beginning in 1998 and proceeding through 2002 with any quantity discounts included in the pricing table. Government requests offerors provide a range of buy quantities from one (1) component to the aforementioned maximum annual quantities for all years. In accordance with FAR 52.216-22, the maximum contract quantity, maximum annual quantity and minimum contract quantity to be ordered by the Government are listed above. The Government is not required to order additional quantities in any ordering period to fulfill the requirements of this contract. Request the offerors include the standard commercial warranty terms and conditions given to the general public for all components proposed. Sample contract tables are available on HERBB. CLIN 0002 TAWS SUPPLIES: Basic TAWS System: Separate priced tables for TAWS processors (with either analog or digital inputs) (maximum contract quantity 1257; maximum annual quantity 500; minimum contract quantity 1); windshear detection/alerting component(s) (maximum contract quantity 1257; maximum annual quantity 500; minimum contract quantity 0); database updates (maximum contract quantity 1257; maximum annual quantity 500; minimum contract quantity 0); terrain displays (maximum contract quantity 2514; maximum annual quantity 1000; minimum contract quantity 0) and associated Not Separately Priced commercial data with each table. Applicable CDRLs are available on HERBB. Additional TAWS Components: In addition to the basis system components proposed above, provide separate priced tables for the following additional TAWS components: TAWS processors with analog inputs (maximum contract quantity 1257; maximum annual quantity 500; minimum contract quantity 0); TAWS processors with digital inputs (maximum contract quantity 1257; maximum annual quantity 500; minimum contract quantity 0); windshear detection/alerting component(s) (maximum contract quantity 1257; maximum annual quantity 500; minimum contract quantity 0); database updates (maximum contract quantity 1257; maximum annual quantity 500; minimum contract quantity 0); terrain displays (maximum contract quantity 2514; maximum annual quantity 1000; minimum contract quantity 0); and associated Not Separately Priced commercial data with each table. Request the offerors include the standard commercial warranty terms and conditions given to the general public for all components proposed. Applicable CDRLs are available on HERBB. All tables to be priced by calendar year beginning in 1998 and proceeding through 2002 with any quantity discounts included in the pricing tables. Government requests offeror proposes a range of buy quantity of one (1) component to the maximum annual quantity noted above. In accordance with FAR 52.216-22, the maximum contract quantity, maximum annual quantity and minimum contract quantity to be ordered by the Government are listed above. The Government is not required to order additional quantities in any ordering period to fulfill the requirements of this contract. Sample contract tables are available on HERBB. CLIN 0003 TCAS SUPPORT SERVICES: Pricing table required by calendar year from 1998 through 2007 to cover logistics concept and tasks specified herein. In accordance with FAR 52.216-22, the minimum contract quantity to be ordered by the Government is zero (0). The maximum contract quantity is support for 1731 TCAS Systems per year from 1998 through 2007. Sample contract tables and applicable CDRLs are available on HERBB. CLIN 0004 TAWS SUPPORT SERVICES: Pricing table required by calendar year from 1998 through 2007 to cover logistics concept and tasks specified herein. In accordance with FAR 52.216-22, the minimum contract quantity to be ordered by the Government is zero (0). The maximum contract quantity is support for 1657 TAWS Systems per year from 1998 through 2007. Sample contract tables and applicable CDRLs are available on HERBB. CLIN 0005 TCAS SUPPLEMENTAL SERVICE AGREEMENT. Offerors shall include priced tables for an annual service agreement by year to cover all non-warranted repairs of components not covered by the standard proposed commercial warranty listed in CLIN 0001. Period of agreements shall be for one year and priced beginning in 1998 through 2007 and based upon the turnaround time identified under the DATE(S)/PLACE OF DELIVERY AND ACCEPTANCE; FOB POINTS portion of this solicitation/synopsis. In addition, request a price per component, per occurrence for a 24-hour and 72-hour turnaround or replacement time in the same pricing table by year beginning in 1998 through 2007 to support mission critical requirements. In accordance with FAR 52.216-22 the minimum contract quantity to be ordered is zero (0); the maximum contract quantity to be ordered is support for 1331 TCAS processors to include interrogators/receivers; 2662 Mode S commercial transponders, 2662 Mode S/IFF transponders with NSA cryptographic computer, 2662 Mode S/IFF transponder without NSA cryptographic computer, 2662 Mode S antennas, and 2662 TCAS Antennas; and 3993 compatible displays per year from 1998 through 2007. CLIN 0006 TAWS SUPPLEMENTAL SERVICE AGREEMENT. Offerors shall include priced tables for an annual service agreement by year to cover all non-warranted repairs of components not covered by the standard proposed commercial warranty listed in CLIN 0002. Period of agreements shall be one year and priced beginning in 1998 through 2007 and based upon the turnaround time identified under the DATE(S)/PLACE OF DELIVERY AND ACCEPTANCE; FOB POINTS portion of this solicitation/synopsis. In addition, request a price per component, per occurrence for a 24-hour and 72-hour turnaround or replacement time in the same pricing table by year from 1998 through 2007 to support mission critical requirements. In accordance with FAR 52.216-22 the minimum contract quantity to be ordered is zero (0); the maximum contract quantity to be ordered is support for 1257 TAWS processor with either digital or analog inputs, 1257 windshear detection/alerting component(s), and 1257 database updates; and 2514 terrain displays per year from 1998 through 2007. CLIN 0007 TCAS SERVICE AGREEMENT. Offerors shall provide priced tables for annual service agreements to cover all repairs for components listed in CLIN 0001 above for which the warranty has expired and a separate table for components purchased outside of this contract with the same model number. Period of agreement shall last 12 months; be priced from 1998 through 2007 and based on the turnaround time identified under the DATE(S)/PLACE OF DELIVERY AND ACCEPTANCE; FOB POINT portion of this solicitation/synopsis. In addition, request a price per component per occurrence for a 24-hour and 72-hour turnaround time or replacement time be included in the pricing tables by year beginning in 1998 through 2007 to support mission critical requirements. In accordance with FAR 52.216-22, the minimum contract quantity to be ordered is zero (0), the maximum contract quantity to be ordered is support for 1731 TCAS processors to include interrogators/receivers; 3462 Mode S commercial transponders, 3462 Mode S/IFF transponders with NSA cryptographic computer, 3462 Mode S/IFF transponder without NSA cryptographic computer, 3462 Mode S antennas, and 3462 TCAS Antennas; and 5193 compatible displays per year from 1998 through 2007. CLIN 0008 TAWS SERVICE AGREEMENT. Offerors shall provide priced tables for annual service agreements to cover all repairs for components listed in CLIN 0002 above for which the warranty has expired and a separate table for components purchased outside of this contract with the same model number. Period of agreement shall last 12 months; be priced from 1998 through 2007 based on a turnaround time identified under the DATE(S)/PLACE OF DELIVERY AND ACCEPTANCE; FOB POINT portion of this solicitation/synopsis. In addition, request a price per component per occurrence for a 24-hour and 72-hour turnaround or replacement time be included in the pricing tables by year from 1998 through 2007 to support mission critical requirements. In accordance with FAR 52.216-22, the minimum contract quantity to be ordered is zero (0), the maximum contract quantity to be ordered is support for 1657 TAWS processor with either digital or analog inputs, 1657 windshear detection/alerting component(s), and 1657 database updates; and 3314 terrain displays per year beginning in 1998 through 2007. CLIN 0009 ADDITIONAL TCAS DATA: Provide standard commercial data packages based upon Air Transport Association Specification 100, that are separately priced from the commercial data supplied with the components supplied in CLIN 0001. Applicable CDRLs are available on HERBB. CLIN 0010 ADDITIONAL TAWS DATA: : Provide standard commercial data packages based upon Air Transport Association Specification 100, that are separately priced from the commercial data supplied with the components supplied in CLIN 0002. Applicable CDRLs are available on HERBB. The Government reserves the right to request price reductions for CLINs 0001 through 0008 during all periods for any delivery orders. THIS COMBINED SOLICITATION/SYNOPSIS FOR TCAS AND TAWS SYSTEMS CONTINUES IN THIS SAME COMMERCE BUSINESS DAILY ISSUE. SEE THE REMAINDER OF THIS NOTICE BELOW (F19628-98-R-0115). (0083)

Loren Data Corp. http://www.ld.com (SYN# 0198 19980327\16-0001.SOL)


16 - Aircraft Components and Accessories Index Page