|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 17,1998 PSA#2182Dept. of the Army, Directorate of Contracting, Attn: ATZS-DKO-I, P.O.
Box 12748,Fort Huachuca, AZ 85670-2748 D -- INMARSAT TRACKING BEACON SOL DABT63-98-R-0057 DUE 092598 POC
Wesseleen Stookesberry, Procurement Technician, 520-538-0416 E-MAIL:
Click here to contact the procurement specialist via,
stookesberryw@huachuca-emh1.army.mil. Dept. of the Army, Directorate of
Contracting, Attn: ATZS-DKO-I, P.O. Box 12748, Fort Huachuca, AZ
85670-2748. (i) This is a combined synopsis/solicitation/RFP for
commercial items prepared in accordance with the format in FAR Subpart
12.6, the test program in FAR Subpart 13.6, 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. (ii) This solicitation
document and incorporated provisions and clauses are in effect through
the 1997 reissue of the FAR. (iii) This is a full and open competition
under SIC 3663. (iv) GENERAL INFORMATION: Federal Express proposal to
Dept. of the Army, Directorate of Contracting, Building 21112, Hines
Road, Ft Huachuca, AZ 85613. The DoD Counter Drug Technology
Development Program Office (CTDPO) has a requirement for the
modification of a small covert tracking device using the INMARSAT
satellite system as the communications link. The device should have as
a minimum the following features: a. Optimized for battery operation;
b. Complete INMARSAT coverage areas; c. Real time or preprogrammed
periodic reporting capability; d. Multiple reporting capability (to
more than one monitoring station); e. Map overlay data display (at the
central monitoring station); f. GPS positioning; g. Small size (20 cu.
Inches acceptable, goal of 10 cu. Inches) not including batteries; h.
Operational status reporting; i. Omni-directional antenna (does not
require pointing); j. Unique ID; k. Pre-approved frequency; l. Discrete
event sensing and external device discrete control; DISCUSSION: This
tracking device will be installed on vehicles (air, land, and sea) and
will provide location information back to a central tracking station
via the INMARSAT communications satellite system. GPS position locating
should be integral to the tracking device. The unit is intended to be
used in non-cooperative installations, and should therefore be
optimized for size and battery operations. The primary objective of
this modification is to produce a small, battery-operated unit that is
suitable for unattended installations. To maintain the longest
possible tracking capabilities, each unit must incorporate a power
management scheme to conserve energy when not receiving or transmitting
data. At pre-programmed intervals each unit will "wake up", determine
their position using GPS, and transmit its coordinates to the central
station. FCC and INMARSAT test acceptance of these units will be the
responsibility of the contractor and should be included in the
modification planning. The work will result in the contractor
delivering 2 units for evaluation and demonstration, at lease one new
antenna design for the units, and computer software to monitor up to
100 units at the central station. These units shall be in a condition
suitable for functional testing at the contractor's facility. The
government reserves the right to exercise an option for ten (10)
Pre-Production units following successful competition of Demonstration
Testing and compliance with the specifications. These units shall be
designed such that, if the government exercises the pre-production
option, the units shall be capable of remote programming of reporting
and on/off controls. The operators at the central station shall also be
able to "wake up" individual units remotely to demand a status report.
The pre-production units must have completed final FCC and INMARSAT
type acceptance. The government also reserves the right to exercise an
option for either 25 or 50 Production units to be ordered within six
(6) months of Pre-Production completion. (v) Period of performance is
6 (six) months from date of award for delivery of hardware. (vi) Place
of delivery: Naval Surface Warfare Center, 17320 Dahlgren Road,
Dahlgren, VA 22448-5100. (vii) Solicitation provision at FAR 52.212-1,
Instructions to Offerors -- Commercial Items (Jun 1997) is hereby
incorporated by reference. (viii) Solicitation provision at FAR
52.212-2(a), Evaluation — Commercial Items. The following factors
shall be used to evaluate offers: (1) Technical; (2) Past Performance;
(3) Price; (1a) Size of Device; (1b) Technical Performance of Device:
(1c) Power Consumption; (1d) Graphical interface of display software;
and (1e) Antenna design theory. Technical evaluation is significantly
more important than past performance. Past performance is more
important than price. Technical and Past Performance when combined are
significantly more important than price. Award will be made to the
proposal determined to be the most advantageous to the Government, all
factors considered, and maybe awarded to other than the offeror with
the lowest price. Proposal is due by January 5, 1998. (ix) Offeror's
are reminded to include a completed copy of the provision at 52.212-3,
Offeror Representations and Certifications -- Commercial Items (Jan
1997), with proposal. (x) Clause 52.212-4, Contract Terms and Condition
-- Commercial Items (May 1997), is hereby incorporated by reference.
(xi) Clause 52.212-5, Contract Terms and Conditions Required to
Implement Statutes or Executive Orders -- Commercial Item (Aug 1996),
is hereby incorporated by reference. The following paragraphs apply to
this solicitation and any resultant contract (b) (2) 52.203-10, (b)
(3) 52.219-8, (b) (6) 52.222-26, (b) (7) 52.222-35, (b) (8) 52.222-36,
(b) (9) 52.222-37. (xii) Additional Contract Terms and Conditions
applicable to this procurement is Type of Contract: A firm fixed-price
contract will be awarded. (xiii) The Defense Priorities and
Allocations Systems (DPAS) assigned rating for this procurement is
DO-A7. Posted 09/15/98 (W-SN250204). (0258) Loren Data Corp. http://www.ld.com (SYN# 0020 19980917\D-0001.SOL)
D - Automatic Data Processing and Telecommunication Services Index Page
|
|