Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 14, 2005 FBO #1145
SOLICITATION NOTICE

16 -- Upgrade of ICE Protocol

Notice Date
1/12/2005
 
Notice Type
Solicitation Notice
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commanding Officer, USCG Aircraft Repair & Supply Center, HU25, HH65, H60J, C130, EISD, 130J or Support Procurement Building 79, 75, 79, 78, 78, 19 or 63, Elizabeth City, NC, 27909-5001
 
ZIP Code
27909-5001
 
Solicitation Number
HSCG38-05-Q-100015
 
Response Due
1/24/2005
 
Archive Date
3/15/2005
 
Description
THIS IS A PRESOLICITATION NOTICE ONLY AND NOT A SOLICITATION OR REQUEST FOR QUOTE (RFQ) DOCUMENT. THE RFQ/SOLICITATION PACKAGE WILL BE AVAILABLE AFTER THE CLOSING DATE OF THIS PRE-SOLICITATION NOTICE. QUOTES ARE NOT BEING SOLICITED OR ACCEPTED AT THIS TIME. CONTRACTORS SHOULD FOLLOW THE INSTRUCTIONS BELOW. The U.S. Coast Guard Aircraft Repair and Supply Center (ARSC) intends to issue a Purchase Order using Simplified Acquisition Procedures(incorporating the latest FAC, FAC 27) for the Upgrade of (1) each Phase 1 Material,and (1) each Phase 1 Labor Cost, and (1) each Phase 1 Travel Cost(from Contractors facility to USCG Airsta. Miami, FL) , (1)each Program Schedule,and (1)each Phase 1 Comp & Test, and(1)Phase 2,and (1)Phase 2 Comp Report .SEE ATTACHED STATEMENT OF WORK BELOW, titled HU-25 ICE Protocol Upgrade to PTAC (dated Jan/05/2005).All Upgrade work and Modifications to be done IAW Statement of Work. These items are Flight Critical to the mission of the USCG. OEM for all items is Raytheon Information Sys Co. . Cage code 5R497 The Coast Guard does not own nor can it obtain specifications, drawings, plans or other technical data for repair. The Statement of Work will be available as part of the Request For Quote (RFQ). Requests for specifications, drawings, etc. will be disregarded. The RFQ document, HSCG38-05-Q-100015, will be available for downloading from FedBizOps at www.eps.gov or can be obtained by faxing or E-mailing a written request to (252) 334-5427 (FAX) jalassiter@arsc.uscg.mil (e-mail address). Contractors shall be able to download, print, and E-mail the RFQ from the FedBizOps website. The RFQ/solicitation will be available for download after the closing date (Due Date or Response Date shown above) with an anticipated award date of Feb/11/2005. This date is approximate and not exact. Contractors are encouraged to register and use FedBizOps and can call Jim Lassiter, Purchasing Agent at (252) 335-6143 for assistance. The North American Industry Classification Standard (NAICS) is 336413 and the size standard is 1000 employees to classify as a small business. This is an unrestricted procurement. All responsible sources may submit a quotation which shall be considered by the agency. Sources must have valid Cage Codes and DUNs Numbers or have the ability to obtain one. Quotes may be F.O.B. Origin or F.O.B. Destination(F.O.B. Destination is preferred) and will be evaluated on the basis of best value to the government considering technical acceptability, price, delivery and past performance and quality and price realism. Delivery requirements stated in Statement of Work (below). Packaging instructions will be specified in the RFQ/solicitation. Delivery shall be to U.S.C.G. Aircraft Repair and Supply Center, Elizabeth City, NC 27909 Attn: Receiving and/or Quality Assurance Section. See Note 26. STATEMENT OF WORK HU-25 ICE Protocol Upgrade to PTAC 05 January 2005 1.0 Background The USCG needs to have the OASIS processors on its HU-25C and HU-25D airframes modified. The ICE (Imaging and Communications Environment) program on the HU-25 presently uses TACO2 as its protocol (imbedded operating system). During the initial modification of the HU-25 sensor aircraft, the C-130 upgraded its ICE protocol from TACO2 to PTAC on its CASPER equipped airframes. PTAC protocol is also being used by MIFC (Maritime Intelligence Fusion Center) and PACAREA. In addition, the Seventh District Operations Center will be installing a desktop version of the OASIS system for connectivity with air and surface assets in their AOR in February 2005. They will also be operating their ICE with PTAC protocol. 2.0 Purpose The purpose of this contract is to allow imaging and track data to be communicated between the HU-25 and other USCG assets. The HU-25 aircraft needs to have its ICE protocol upgraded to PTAC. 3.0 Program Schedule The Contractor shall develop and maintain an integrated program schedule to support its management needs and for reporting purposes. The program schedule shall present an integrated schedule plan for the design, development, and test, of the PTAC protocol installation. The initial program schedule shall be delivered 1 month after receipt of order in Contractor Format. Any changes or delays to the program schedule shall be discussed with, and approved by, the Government?s Contracting Officer?s Technical Representative (COTR). CDRL A001 Program Schedule 4.0 Scope The scope of this contract will encompass the following activities: 4.1 The contractor shall perform the necessary hardware and software upgrades to the 18 USCG ? owned OASIS processors (p/n 102689-00) in order for the ICE program in the OASIS processors to use PTAC as its protocol. The upgrades shall be in two phases. 4.2 Phase 1 - The contractor shall perform initial upgrade installation on two (2) OASIS processors. In addition, the OASIS processors shall be loaded with the most recent version of ODS software at that time. Testing on the first two processors shall be performed at the contractor?s facility. After successfully testing of the first two OASIS processors, system testing onboard an HU-25 shall be performed to verify the connectivity between two USCG assets utilizing PTAC as the protocol for ICE. In addition, the new ODS software shall be operationally tested. One contractor representative shall travel from contractor?s facility to USCG Air Station Miami to perform the above-required tests. This testing shall be witnessed and verified by a qualified (HU-25 SSO qualified) USCG representative. Successful completion of above testing shall complete Phase 1. CDRL B001 Phase 1 Completion and Test Report 4.3 Phase 2 Note: Phase 2 shall not commence until Phase 1 is completed. Phase 2 will encompass the modification of the remaining 16 HU-25 OASIS processors. These 16 processors shall be delivered to the contractor?s facility, by the USCG, on a rotating (nose to tail) schedule for their upgrade modification. The contractor shall send the modified processors back to the USCG field units for installation. Coordination and scheduling of processor throughput shall be with the HU-25 Projects Office at the USCG Aircraft Repair and Supply Center (AR&SC). Upon installation of the PTAC protocol and accompanied ODS software upgrades, the contractor shall perform a functionality, quality assurance test/check of the PTAC upgrade in each OASIS processor prior to return shipment to the USCG. After modification of the remaining 16 OASIS processors, coupled with the final delivery to the USCG, the contractor shall submit a completion report to the USCG COTR for review and acceptance. CDRL B002 Phase 2 Completion Report 4.4 Each newly modified OASIS Processor (with PTAC and new ODS software installed) shall be assigned a new part number by the contractor to facilitate logistical support and proper component tracking. 5.0 Completion of Effort 5.1 Final Acceptance US Coast Guard approval of CDRL?s required by this SOW shall constitute Final Acceptance of this ICE Protocol Upgrade to PTAC Project and completion of Contractor effort. 6.0 Contract Deliverable Requirement List (CDRL) 6.1. Program Management CDRL Description Frequency Due Date Paragraph Date Item Description A001 Program Schedule One 1 Month ARO 3.0 Contractor Format 6.2 Phase Completion and Test Reports CDRL Description Frequency Due Date Paragraph Date Item Description B001 Phase1 Completion and Test Report One 3Months ARO 4.2 Contractor Format B002 Phase 2 Completion Report One 5 Months ARO 4.3 Contractor Format
 
Record
SN00733437-W 20050114/050112211534 (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.