Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JUNE 12, 2001 PSA #2870
SOLICITATIONS

59 -- MULIT-FUNCTION COCKPIT CONTROL PANEL

Notice Date
June 8, 2001
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFFTC = -- AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, CA, 93524-1180
ZIP Code
93524-1180
Solicitation Number
F04700-01-T-0066
Response Due
July 9, 2001
Point of Contact
Vicky Morris, Contract Negotiator, Phone 661-277-8450, Fax = 661-275-7862, Email vicky.morris@edwards.af.mil -- John Adair, = Contracting Officer, Phone 661-277-8436, Email = john.adair@edwards.af.mil
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 is a request = for quotation (RFQ). The solicitation number is F04700-01-T-0066. The = solicitation document and incorporated provisions and clauses are those = in effect through Federal Acquisition Circular 97-20. The North = American Industry Classification System Code (NAICS) is 334511. The = Small Business Size Standard is 750 employees. Place of delivery and = acceptance is at Edwards AFB, CA, with an FOB destination. The Air = Force Flight Test Center (AFFTC), Edwards AFB, CA has a requirement for = the following: 1 each prototype multi-function cockpit control panel = (CCP). This is a universal instrumentation package to be utilized for = a variety of test flights on a multi-service project. The unit must be = a flexible, re-configurable, re-programmable, airborne flight worthy = system. The portion of the CCP modular system located in the cockpit = must not require hardware changes. The portion of the CCP system that = requires hardware configuration changes to support multiple systems = will be located in an area where it can be easily accessed to make the = required changes or download data. This system will control existing = instrumentation systems such as IRIG time code generators, data = recorders, telemetry systems, transponder systems, cameras, and data = acquisition systems. The system will interface with Windows NT/MS-DOS = operating systems. The system will have the look and feel of standard = cockpit control panels, man/machine interfaces. The control switches = must have a tactile feel and be NVG compatible. The system must have a = press to test capability for testing the system. The system must also = use MIL-STD connectors. The approximate maximum size is 5.5 X 5.5 X 9 = inches long with two spare card slots. The glass panel of the LED = display cannot fail during a pilot ejection at high speed. This unit = must be a ruggedized system capable of operating in the harsh = environmental conditions of a high performance F-15 or F-16 aircraft. = The computer and LED display must be ruggedized and suitable for high = altitude operation (50,000ft) and aircraft loads to 9Gs. The = successful bidder must have an aeronautical/aerospace background and a = proven track record with ten or more years experience in production = design and testing of avionics packages for military jet powered = fighter aircraft such as the F-15 or F-16. Interested offerors contact = Vicky Morris by email at: vicky.morris@edwards.af.mil for engineering = specifications for the Cockpit Control Panel. Contractors will provide = information on a maximum of four contracts demonstrating relevant = experience. Relevant is defined as designing multifunction cockpit = control panel systems that interface with Windows NT/DOS operating = systems. The Government will evaluate proposals in accordance with Air = Force Federal Acquisition Regulation Supplement (AFFARS) 5315.1, = Performance Price Tradeoff (PPT), using a comparative assessment of = past performance and price which permits tradeoffs between price and = past performance. The Government will award one contract to the = responsible, acceptable, offeror whose proposal is judged to have the = greatest performance confidence at a fair, reasonable and affordable = price. Past performance is significantly more important than price. = The following past performance definitions will be used during the = evaluation: Current and Recent is defined as relevant ongoing = contracts with a performance history, and relevant contracts completed = within three (3) years from the issue date of this solicitation; = current performance will have greater impact in the performance = confidence assessment than less recent performance. Relevant is = defined as previous or current contracts which are same or similar to = the Performance Specifications requirements for the prototype = multi-function cockpit control panel (CCP). Adverse is defined as = Marginal/Little Confidence and Unsatisfactory/No Confidence past = performance confidence assessment ratings. The Government reserves the = right to use both past performance information provided by offerors and = past performance information from other sources in the evaluation of = the Past Performance. The following provisions and clauses apply: = 52.252-2, Clauses Incorporated by Reference. This contract = incorporates one or more clauses by references, with the same force and = effect as if they were given in full text. Upon request, the = contracting officer will make their full text available. Also, the = full text of a clause may be accessed electronically at these = addresses: http://farsite.hil.af.mil or http://www.arnet.gov/far. = Provisions at 52.212-1, Instructions to Offerors-Commercial Items, = applies to this acquisition. Offerors must include a completed copy of = the provision at 52.212-3, Offeror Representations and = Certifications-Commercial Items, with its offer. The following clauses = also apply: Clause 52.212-4, Contract Terms and Conditions-Commercial = Items, Clause 52.212-5, Contract Terms and Conditions Required to = Implement Statutes or Executive Orders-Commercial Items; 52.222-26, = Equal Opportunity; 52.222-37, Employment Reports on Special Disabled = Veterans of the Vietnam Era; 52.232-33, Mandatory Information for = Electronic Funds Transfer Payment; 252.212-7001, Contract Terms and = Conditions Required to Implement Statutes or Executive Orders = Applicable to Defense Acquisitions of Commercial Items; 252.204-7004, = Required Central Contractor Registration; 252.225-7001, Buy American = Act, Balance of Payment Program; 252.225-7036, North American Free = Trade Agreement Implementation Act-Balance of Payment Program; = 52.232-31 ? Invitation To Propose Financing Terms. Offers are due at = the Air Force Flight Test Center (AFFTC), Directorate of Contracting, 5 = South Wolfe Avenue, Edwards AFB, CA 93524-1185, by 09 July 2001, 4:00 = p.m. Contact Vicky Morris at (661) 277-8450 for more information. = Faxed transmissions of quotes are preferred, (661) 275-7862.
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/spg/USAF/AFMC/AFFTC/F04700-01-T-0066/listing.htm= l)
Record
Loren Data Corp. 20010612/59SOL004.HTM (D-159 SN50O433)

59 - Electrical and Electronic Equipment Components Index  |  Issue Index |
Created on June 9, 2001 by Loren Data Corp. -- info@ld.com