COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 5, 2000 PSA #2740
SOLICITATIONS
58 -- INTER-COMM SYSTEMS AND RELATED ENGINEERING SUPPORT SERVICES
- Notice Date
- December 1, 2000
- Contracting Office
- Aviation Applied Technology Directorate, U.S. Army Aviation and Missile Command, Attn: AMSAM-RD-AA-C, Building 401, Lee Blvd, Room 117, Fort Eustis, VA 23604-5577
- ZIP Code
- 23604-5577
- Solicitation Number
- DAAH10-01-R-0001
- Point of Contact
- Contract Specialist Gayle McClelland 757-878-4818, Contracting Officer Sharon Horton 757-878-0086
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 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. The solicitation number is DAAH10-01-R-0001 and is issued as a request for proposal (RFP). This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-20. The Standard Industrial Classification applicable to this solicitation is 3679. The size standard is 500. The Government intends to acquire the following: two (2) complete Inter-Communication Systems (ICS) and related engineering support services. The intended source of supply is SCI Technology, Inc., dba SCI Systems, 2101 Clinton Avenue W., Huntsville, Alabama. Estimated delivery for hardware is by 28 February 2001 based on operational need and procurement lead time. Engineering support services will be provided from date of hardware delivery through 31 August 2001. The inspection/acceptance and FOB Point for the hardware is Destination (Ft. Eustis, Virginia); services will be provided at Fort Eustis, Virginia and Ft. Hood, Texas. The provision at 52.212-1, "Instructions to Offerors Commercial Items", applies to this acquisition without addenda. The provision at 52.212-2, "Evaluation -- Commercial Items", applies to this solicitation. The following factors will be used to evaluate offers: technical capability of the item offered to meet the Government requirement, schedule and price. Technical capability and ability to meet the required delivery date are paramount. System components are not solicited and will not be separately acquired. Offerors shall provide fully integrated systems and associated engineering support services. Offerors shall include completed copy of the provision at 52.212-3, "Offeror Representations and Certifications Commercial Items", with its offer. The clause at 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition without addenda. The clause at 52.212-5, "Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items", applies to this acquisition. The following optional clauses cited within 52.212-5 apply: FAR 52.203-6, "Restrictions on Subcontractor Sales to the Government, Alternate I"; 52.219-8, "Utilization of Small Business Concerns"; 52.222-21, "Prohibition of Segregated Facilities"; 52.222-26, "Equal Opportunity"; 52.222-35, "Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era"; 52.222-36, "Affirmative Action for Handicapped Workers"; 52.222-37, "Employment Reports on Disabled Veterans and Veterans of the Vietnam Era"; 52.232-33, "Payment by Electronic Funds Transfer Central Contractor Registration"; 52.247-64, "Preference for Privately Owned U.S. Flag Commercial Vessels". The clause at DFARS 252.212-7001, "Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items", applies to this acquisition. The following optional clauses cited within 252.212-7001 apply: 252.205-7000" Provision of Information to Cooperative Agreement Holder"; 252.225-7001, "Buy American Act and Balance of Payment Program; 252.225-7012, Preference for Certain Domestic Commodities"; 252.225-7014, "Preference for Domestic Specialty Metals"; 252.243-7002, "Requests for Equitable Adjustment"; and 252.247-7024, "Notification of Transportation of Supplies by Sea". Additionally, AATD local clause for Year 2000 Warranty-Commercial Supply Item applies. As previously noted, the intended source of supply is SCI Technology, Inc., dba SCI Systems. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the Government. The ICS is required for prototype development and flight demonstration of the Army Airborne Command and Control System (A2C2S), which integrates software components of the Army Battlefield Command Systems (ABCS), to provide situational awareness to on-board commanders and selected staff personnel. The A2C2S will have the capability to function as an airborne Tactical Command Post (TACCP) or as a "jump" Tactical Operations Center (TOC), hosted on a UH-60 helicopter, providing command and control and situational awareness, via several workstations with applicable software to ensure mission accomplishment. Development, flight test and user training must be completed prior to the Army Division Capstone Exercise II (DCX II) in September-October 2001 time frame. Each SCI intercom system consists of one (1) Micro Central Switching Unit (MCSU; SCI P/N 5402200-001) and five (5) Crew Access Units (CAU; SCI P/N 5402300-001) and the rotorcraft interface adapter box schematic design and parts breakdown. Integration assistance is required for adaptation of the SCI system to function normally with the UH-60 inter-phone system, the A2C2S discrete Government off-the-shelf radios, and the SPH-4 and ACAPS (Artillery Communication/Aural Protection System) head sets. These commercially available SCI intercom items have been fielded in ground TOCs and this instant requirement is for compatible equipment to ensure interoperability for DCX II. The systems must be integrated with the prototype A2C2S mechanical design, successfully meet aircraft EMC/EMI standards, and be shown airworthy. The Government believes no other source can modify commercially available equipment to meet the standard of interoperability given the use of this equipment in the ground TOCs and within the required schedule. These systems have been previously integrated, installed and tested operationally on the UH-60. All responsible sources may submit a proposal which shall be considered. Proposals are due 15 December 2000, 3:00 p.m. local time. Written quotations should be sent to: Aviation Applied Technology Directorate, ATTN: AMSAM-RD-AA-C (), Lee Blvd., Building 401, Ft. Eustis VA 23604-5577. Point of Contact is Sharon Horton at (757) 878-0086 or Lauren Sebring at (757) 878-0104, Facsimile (757) 878-0008, e-mails shorton @aatd.eustis.army.mil or lsebring @aatd.eustis.army.mil.
- Web Link
- none (gmcclelland@aatd.eustis.army.mil)
- Record
- Loren Data Corp. 20001205/58SOL001.HTM (W-336 SN5078Q0)
| 58 - Communication, Detection and Coherent Radiation Equipment Index
|
Issue Index |
Created on December 1, 2000 by Loren Data Corp. --
info@ld.com
|
|
|
|