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