Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 02, 2003 FBO #0611
SOLICITATION NOTICE

16 -- Parts procurement and obsolescence management services for the DMV-179-2643 processor used as part of the CP-2543 AN/AYK-14(V).

Notice Date
7/31/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441 21983 Bundy Road Unit 7, Patuxent River, MD, 20670
 
ZIP Code
20670
 
Solicitation Number
N00421-03-R-0070
 
Response Due
8/11/2003
 
Archive Date
8/26/2003
 
Point of Contact
Debra Norris, Contract Specialist, Phone (301) 757-5893, Fax 301-757-5955, - Clare Carmack, Contract Specialist, Phone (301) 757-5919, Fax (301) 757-5955,
 
E-Mail Address
norrisdj@navair.navy.mil, carmackcc@navair.navy.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR), 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. Solicitation Number N00421-03-R-0070 is issued as a Request for Proposal (RFP). The incorporated document and provisions and clauses are those in effect through Federal Acquisition Circular 2001-14 and Defense Federal Acquisition Regulation Supplement (DFARS) Change Notice (DCN) 20030620. This action is not set aside for a small business. The applicable NAICS is 334418 and the small business size standard is <500 employees. This is a DO rated order with an assigned rating of A70. The Naval Air Systems Command (NAVAIR) has a sole source requirement for Dy4 Systems, Inc. (Dy4), 333 Palladium Drive, Kanata Ontario, Canada K2V1A6 via the Canadian Commercial Corporation (CCC) for parts procurement and obsolescence management services for the DMV-179-2643 in support of the EA-6B Multifunctional Information Distribution System (MIDS) CP-2543 AN/AYK-14(V) Standard Airborne Computer System. The CP-2543, which includes the DMV-179-2643, has completed environmental qualification testing. Parts procured under this contract must meet environmental qualification testing and reliability demonstration testing. In accordance with FAR 6.302-1, only one responsible source and no other supplies or services will satisfy the agency requirements. Dy4 is the sole designer, developer, and currently the only qualified manufacturer of the requisite DMV-179-2643 hardware. Therefore, this acquisition will be negotiated on a sole source basis with Dy4 via the Canadian Commercial Corporation (CCC). It is anticipated that a firm-fixed price type contract will be awarded. All hardware items will ship-in-place at the contractor?s facility. FOB Origin with Inspection and Acceptance at Origin applies to all hardware items and FOB Destination with Inspection and Acceptance at destination applies to all contract data items. Inspection and Acceptance of the supplies and services to be furnished hereunder shall be performed at the supplier?s plant, Kanata, Ontario, Canada by the cognizant Administrative Contracting officer (ACO) or their duly authorized representative via Dy4?s standard Certificate of Conformance signed by Department of National Defence (Canada). Inspection and Acceptance of data deliverables shall be performed at destination in accordance with the Contract Data Requirements Lists (CDRLs) A001 through A003. The contract line item numbers and descriptions are: CLIN 0001 - Clock Generator, P/N 173673-80B, quantity of 192; CLIN 0002 - Cache Chips, P/N 173682-10K, quantity of 384; CLIN 0003 - Processor, P/N 174516-40L, quantity of 198; CLIN 0004 - SCSI Chip, P/N 173322-80J, quantity of 202; CLIN 0005 - Universe IIB Chip, P/N 174057-10K, quantity of 216; CLIN 0006 - Obsolescence Management Services for a period of two years in accordance with the Statement of Work, a quantity of 1 lot; CLIN 0007 - Parts Procurement for a period of two years in accordance with the Statement of Work, a quantity of 1 lot, this is a Not-to-Exceed (NTE) item, the NTE amount to be determined at time of award; and CLIN 0008 ? Technical Data Items for CLIN 0006, quantity of 1 Lot, this is a Not separately Priced (NSP) item. STATEMENT OF WORK - Piece Part Provisioning and Obsolescence Support for the Dy4 DMV-179-2643 AN/AYK-14 (V) Shop Replaceable Assembly (SRA) 1.0 INTRODUCTION SCOPE 1.1 This contract provides for obsolescence management services and parts procurement needed to ensure our ability to manufacture and repair the DMV-179-2643 used as part of the EA6B Multifunctional Information Distribution System (MIDS) CP-2543 AN/AYK-14 (V). BACKGROUND 1.2 The EA6B MIDS AN/AYK-14 (V) configuration includes a Dy4 Commercial-off-the-Shelf (COTS) DMV-179-2643 processor. Use of this COTS non-development item allowed the Navy to introduce this new processor technology to EA6B with lower non-recurring engineering cost. 1.3 Due to decreases in part demand, last time buy opportunities for some DMV-179-2643 piece-parts have been announced by part suppliers. Included in the announcements are the PowerPC main processor chip and Level 2 cache memory parts. Parts obsolescence, if not addressed, will prevent the manufacture of additional DMV-179-2643s. The funding profile of the EA6B program dictates an acquisition approach where the DMV-179-2643 will be procured and fielded over a five-year time-span (i.e. through 2008). Repairs to fielded DMV-179-2643s will be required through 2015. APPLICABILITY 1.4 This Statement of Work applies to the DMV-179-2643 processor card used as part of the AN/AYK-14 (V) EA6B MIDS system. PURPOSE 1.5 The purpose of this task is to perform obsolescence management and related piece-part provisioning to ensure that no obsolete components issues arise which would preclude either Dy4?s ability to continue the manufacture of the DMV-179-2643 or Dy4?s ability to provide repair support. Piece part provisioning for parts that become obsolete after the contract period for this contract will be funded under a follow-on contract. 2.0 REQUIREMENTS 2.1 The DMV-179-2643 shall have the following characteristics: a. 400 MHZ 7400 MPU, 2MB L2 Cache, 256MB SDRAM, 48MB Flash memory, 32 KB non-volatile SRAM, 10/100 Mbit Ethernet, two EIA-422/485 channels, native 179 pinout mode, V8.3.13 FFW or some backward compatible newer version of this firmware. It shall include two DPMC-601-283 (dual) with two MIL-STD-1553 interfaces, 64K MiniACE installed in PMC site #2 (I/O comes out P2, rows A&C) and in PMC site #1, (I/O comes out P0, rows A,B,C,D&E). 2.2 The contractor shall establish a Longevity of Supply (LOS) management program for the Dy4 processor card described in paragraph 2.1 above. The contractor shall provide parts provisioning and LOS support as defined by the requirements of this Statement of Work. 2.3 The contractor shall construct a manufacturing build package and/or changes to the technical data package to reflect the unique configuration of the product, including the customer specific variant in place of the standard Dy4 component number. 2.4 The contractor shall establish an AN/AYK-14 (V) government owned inventory to be separately held for AN/AYK-14 (V) specific Dy4 product. The contractor shall maintain an inventory of parts allocated to the AN/AYK-14 (V) and provide quarterly as part of the Components Review Report Contract Data Requirements List (CDRL) A001. Storage of components will be according to Dy4 standard storage practices. The contractor shall store these parts in accordance with the ?Deliveries or Performance? section of the contract. 2.5 For all buys of the DMV-179-2643 that include parts paid for under this contract, Dy4 shall get written permission via email from PMA-209 prior to making the sale. As DMV-179-2643 cards are procured in the future from an authorized government agent, a credit shall be deducted from the purchase price equal to the price paid under this contract for government owned parts used in the manufacture of the DMV-179-2643. 2.6 The contractor shall provide a complete Bill of Materials for the DMV-179-2643 to the Navy at the beginning and end of the contract period in accordance with CDRL A002. 2.7 On a quarterly basis the contractor shall undertake a complete Bill of Materials (BOM) review for all components of the DMV-179-2643. The contractor shall examine every integrated circuit for continued availability and supportability. Where any availability issues are identified, the contractor shall make recommendations to the government in accordance with CDRL A001 regarding sources for the components in the secondary markets or alternative components when available. 2.8 The contractor shall deliver a Components Review Report per CDRL A001 within 14 days after each quarterly BOM review. This report shall include the following information at a minimum for all BOM components: a. Dy4 Component Number b. Dy4 quantity on hand c. For those items that no longer maintain Unrestricted Availability, estimated Dy4 quantity needed over and above quantity on hand to facilitate future build and repair. Show both Contractor Furnished Material (CFM) and Government Furnished Material (GFM) inventory and Dy4?s unallocated inventory of like parts.? d. Manufacturer e. Manufacturer Component Number f. Component Description g. Availability Status ? Unrestricted Availability, Available Until, Last Time Buy, or Obsolete h. If deemed obsolete, recommended Dy4 course of action (either component lifetime buy or replacement with equivalent or ?better than? component) i. If equivalent or ?better than? part recommended, planned validation/verification effort to be performed j. A list of BOM changes as a result of LOS activity for the previous quarter. k. A list of current AN/AYK-14 (V) government owned parts stock on hand including part number and quantity. l. A list of all design changes made to the DMV-179-2643 for the previous quarter, including a description of the change, reason for change, and validation/verification effort performed to verify no impact to form, fit or function. m. If applicable, the piece part price and total quantity and total price for proposed lifetime buy. n. A summary of all purchases by authorized government agents that occurred during the review period. This summary would include at a minimum, a list of government owned parts used and the credit given to the authorized purchasing agent for their use. 2.9 Within 14 days after receipt of all component discontinuation notices, the contractor shall submit to the Navy an Obsolete Component Action Request (CDRL A003). This request shall at a minimum contain the same information identified above for the Components Review Report, but as related only to the part being discontinued. 2.10 For items deemed obsolete by the contractor, the Navy will provide concurrence, or recommend changes to the course of action recommended by the contractor within 14 days of receipt of the quarterly Components Review Report or the Obsolete Component Action Request. If the Navy concurs with the contractor?s recommendation to procure obsolete parts, this shall be done via a bi-lateral contract modification in accordance with clause 5252.217-9500 Ordering ? Provisioned Items (Fixed Price) (NOV 1999) (NAVAIR) of this contract. The contractor shall place the newly procured parts under configuration control and inventory control along with all other DMV-179-2643 parts held in storage and allocated to the AN/AYK-14 (V) program. 2.11 Thirty days prior to the end of the contract period, the contractor shall recommend additional parts to procure using any remaining unexpended contract funds. Additional parts procured by the Navy shall be done via a bi-lateral contract modification in accordance with clause 5252.217-9500 Ordering ? Provisioned Items (Fixed Price) (NOV 1999) (NAVAIR) of this contract. The contractor shall place the newly procured parts under configuration control and inventory control along with all other DMV-179-2643 parts held in storage and allocated to the AN/AYK-14 (V) program. If storage is required beyond the two-year contract period by the Navy, this shall be done via a bi-lateral contract modification in accordance with clause 5252.217-9500 Ordering ? Provisioned Items (Fixed Price) (NOV 1999) (NAVAIR) of this contract. 2.12 At the request of the Navy, the contractor shall ship specified government-owned parts to a location identified by the Navy. Award is expected to be on or before August 15, 2003. The supplies to be furnished hereunder shall be preserved, packaged and packed in accordance with best commercial practices to assure safe delivery at destination. The following NAVAIR clauses are hereby added: 5252.211-9506 Provisioned Items (FEB 1995) (NAVAIR) Provisioned items shall be delivered in accordance with individual Provisioned Items Orders (PIOs) issued pursuant to 5252-217-9500. The Government may order provisioned items for a period of up to twelve (12) months following delivery of all hardware items. NAVAIR Clause 5252.247-9507 Packaging and Marking of Reports (Sep 1999) (a) All unclassified data shall be prepared for shipment in accordance with best commercial practice. Classified reports, data and documentation, if any, shall be prepared for shipment in accordance with the National Industry Security Program Operating Manual, DoD 5220.22-M. (b) The contractor shall promptly display on the cover of each report the following information: (1) Name and business address of contractor. (2) Contract Number/Delivery/Task order number. (3) Contract/Delivery/Task order dollar amount. (4) Whether the contract was competitively or non-competitively awarded; (5) Name, code and activity of sponsoring individual. FAR 52.212-1 Instructions to Offerors -- Commercial Items (Oct 2000) is incorporated by reference and applies to this acquisition. The provision at 52.212-2 Evaluation -- Commercial Items (Jan 1999) does not apply to this acquisition, as it is sole source procurement. The CCC will evaluate Dy4?s proposal for fairness and reasonableness in accordance with FAR Part 12.209 and DFARS 225.870-1(e)(1)(i) prior to making an award. Offerors shall include a completed copy of the provisions at FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (Jul 2002) Alt I (Apr 2002), DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country (Mar 1998), 252.212-7000 Offeror Representations and Certifications--Commercial Items (Nov 1995) and 252.225-7000 Buy American Act -- Balance of Payments Program Certificate (Apr 2003) with proposals. FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (Feb 2002) is incorporated by reference and applies to this acquisition. The following addendums are hereby added: 5252.232-9511 Notice of Requirements for Prompt Payment (Feb 2000) (NAVAIR): the Government anticipates that this contract will be distributed to Defense Finance and Accounting Service (DFAS) through the Joint Electronics Document Access (JEDA) System. DFAS is responsible for payment of contractor invoices. (a) In accordance with FAR Clause 52.232-33 ?Payment by Electronic Funds Transfer?Central Contractor Registration?, the contractor is responsible for providing updated information to the Central Contractor Register (CCR) database. Additionally, the contractor is responsible for maintaining its active status in the CCR database. (b) If the DUNS, CAGE code, TIN or address set forth in the contract do not match the information in the CCR, then DFAS will return invoices without payment. Therefore, it is imperative that the contractor ensures the DUNS, CAGE code, TIN and contractor address of the contract are accurate and in compliance with the CCR database. Additionally, any changes/updates made to the CCR database should be communicated to the Contracting Officer for the purpose of modifying the contract to reflect the new data. 5252.246-9503 Year 2000 Compliance (Mar 1999) (a) All information technology to be provided to the government under this contract, and which is required to perform date/time processing involving dates subsequent to December 31, 1999, shall be Year 2000 compliant. (b) ?Year 2000 compliant? means that the information technology to be provided under this contract, functioning alone or in combination with other supplies to be provided under this contract, accurately processes date/time data (including but not limited to, calculating, comparing and sequencing) from, into, and between the twentieth and twenty-first centuries, and the years 1999 and 2000 and leap year calculations. (c) Failures resulting from Government Furnished equipment that is not Year 2000 compliant are not covered under this clause. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (June 2003) applies to this acquisition and includes the following additional FAR clauses which are incorporated in this solicitation by reference: 52.203-6 Restrictions on Subcontractor Sales to the Government (Jul 1995) Alternate I (Oct 1995), 52.219-8 Utilization of Small Business Concerns (Oct 2000), 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Sept 2002), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Apr 2002), and 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001), 52.225-13 Restriction on Certain Foreign Purchases (June 2003), and 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (May 1999), FAR clause 52.204-4 Printed or Copied Double-Sided on Recycled Paper (Aug 2000), FAR clause 52.247-29 F.O.B. Origin (June 1988) and FAR clause 52.247-34 F.O.B. Destination (Nov 1991), also apply to this solicitation. DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (June 2003) is incorporated by reference and includes the following additional DFARS clauses which are also incorporated in this solicitation by reference: 252.225-7001 Buy American Act and Balance of Payments Program (Apr 2003), 252.225-7012 Preference for Certain Domestic Commodities (Feb 2003), 252.243-7002 Requests for Equitable Adjustment (Mar 1998), 252.247-7023 Transportation of Supplies by Sea (May 2002) and 252.247-7024 Notification of Transportation of Supplies by Sea (Mar 2000). DFARS clauses 252.204-7004 Required Central Contractor Registration (Nov 2001), and 252.225-7002 Qualifying Country Sources as Subcontractors (Dec 1991) also apply to this solicitation. This combined synopsis/solicitation is not a request for competitive proposals. However, all responsible sources may submit a proposal, which shall be considered by the agency. Offers are due to Debbie Norris, Contract Specialist, Code 2.5.1.8.1.3, Contracts, Naval Air Systems Command, Building 2272, Suite 256, 47123 Buse Road, Unit IPT, Patuxent River, MD 20670-1547 by 2:30 P.M. Eastern Standard Time, 11 August 2003. The Government will not pay for any information received. Facsimile proposals will be accepted. For information regarding this solicitation or copies of CDRLs, FAR provision 52.212-3 and/or DFARS provisions 252.212-7000 and 252.225-7000 and/or NAVAIR clause 5252.217-9500, contact Debbie Norris, Contract Specialist, Code 2.5.1.8.1.3, Phone: 301-757-5893, Facsimile: 301-757-5955, or via e-mail: NorrisDJ@navair.navy.mil or Clare Carmack, Contracting Officer, Code 2.5.1.8.1, Phone: 301-757-5919, Facsimile: 301-757-5955, or via e-mail: Carmackcc@navair.navy.mil.
 
Place of Performance
Address: 333 Palladium Drive, Kanata Ontario, Canada
Zip Code: K2V1A6
Country: Canada
 
Record
SN00388827-W 20030802/030731214044 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.