Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 07, 2005 FBO #1228
SOLICITATION NOTICE

D -- MIDS Terminal Exerciser (luggable Dolch platform and ruggedized) and ruggedized JTIDS Integrated Test Set

Notice Date
4/5/2005
 
Notice Type
Solicitation Notice
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 1st CONS, 74 Nealy Avenue, Suite 100, Langley AFB, VA, 23665
 
ZIP Code
23665
 
Solicitation Number
Reference-Number-F2QT025053A100
 
Response Due
4/13/2005
 
Archive Date
4/28/2005
 
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 for this procurement is F2QT025053A100 and is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-02, Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 200502323 and Air Force Acquisition Circular (AFAC) 2005-0209. For informational purposes the North American Industry Classification System code is 334511 Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing. This acquisition will be awarded as a firm-fixed price contract that represents the best value to the government and best shipping time. Contract will consist of three contract line item numbers. CLIN 0001 will be identified as MIDS Terminal Exerciser (TE) P/N M092A148-03, quantity 1; CLIN 0002 will be identified as ruggedized MIDS Terminal Exerciser (TE) P/N M092A148-06, quantity 1; and CLIN 0003 will be identified as ruggedized JTIDS Integrated Test Set (JITS) P/N M092A136-01, quantity 1. This requirement is for the three items below or equal. Suggest source is BAE System/ Rockwell Collins Data Link Solutions, LLC. Requirements for luggable Dolch platform MIDS Terminal Exerciser (TE) P/N M092A148-03: 1) The unit is a computer that is used to monitor, control, and maintain an AN/USQ-140(V)7 MIDS (Multifunction Information Distribution System) terminal. 2) The unit must interface both with the TDS (Tactical Data System) host interface (1553B Platform A and B) and with the Ethernet maintenance port of the MIDS terminal. 3) The unit must be able to act as a 1553 Bus Monitor, and record traffic on the MIDS terminal 1553 bus. 4) The unit must be able to store, edit, and load Initialization Data Loads for the MIDS terminal. 5) The unit must be able to initiate BIT (Built-In-Test) on the MIDS terminal, and report results. 6) The unit must be able to burn firmware updates to the MIDS terminal's operating software. 7) The unit must be able to display ongoing BIT status reports from the MIDS terminal. 8) The unit must be able to display ongoing operational parameters of the MIDS terminal, such as synch status and time quality. 9) The unit must be in a one-piece "luggable" package easily transportable with a carrying handle, with built-in fold-up monitor screen and fold-down keyboard. Requirements for ruggedized MIDS Terminal Exerciser (TE) P/N M092A148-06: 1) The unit is a computer that is used to monitor, control, and maintain an AN/USQ-140(V)7 MIDS (Multifunction Information Distribution System) terminal. 2) The unit must interface both with the TDS (Tactical Data System) host interface (1553B Platform A and B) and with the Ethernet maintenance port of the MIDS terminal. 3) The unit must be able to act as a 1553 Bus Monitor, and record traffic on the MIDS terminal 1553 bus. 4) The unit must be able to store, edit, and load Initialization Data Loads for the MIDS terminal. 5) The unit must be able to initiate BIT (Built-In-Test) on the MIDS terminal, and report results. 6) The unit must be able to burn firmware updates to the MIDS terminal's operating software. 7) The unit must be able to display ongoing BIT status reports from the MIDS terminal. 8) The unit must be able to display ongoing operational parameters of the MIDS terminal, such as synch status and time quality. 9) The unit must be in a one-piece "ruggedized" package easily transportable with a carrying handle, with built-in fold-up monitor screen, and must be suitable for use in non-laboratory environments. Requirements for ruggedized JTIDS Integrated Test Set (JITS) P/N M092A136-01: 1) The unit is a computer that is used to monitor, control, and maintain an AN/URC-107 Class 2 JTIDS (Joint Tactical Information Distribution System) terminal. 2) The unit must interface with the proprietary maintenance port of the JTIDS terminal. 4) The unit must be able to store, edit, and load Initialization Data Loads for the JTIDS terminal. 5) The unit must be able to initiate BIT (Built-In-Test) on the JTIDS terminal, and report results. 6) The unit must be able to burn firmware updates to the JTIDS terminal's operating software. 7) The unit must be able to display ongoing BIT status reports from the JTIDS terminal. 8) The unit must be able to display ongoing operational parameters of the MIDS terminal, such as synch status and time quality. 9) The unit must be in a one-piece "ruggedized" package easily transportable with a carrying handle, with built-in fold-up monitor screen, and must be suitable for use in non-laboratory environments Offerors responding to this requirement, must include a specification data sheet on proposed item(s) offered. Offeror may propose other option, and ensure the provision FAR 52.212-3, Offeror Representation and Certifications-Commercial Items (Jan 2005) (this must be completed on http://orca.bpn.gov ), DFARS 252.212-7000, Offeror Representation and Certifications-Commercial Items (Nov 1995), and DFARS 252.225-7000, Buy American Act-Balance Payment Program Certificate (Apr 2003) with the quotation. Clauses and provisions may be accessed via the Internet, https://farsite.hill.af.mil or http://www.arnet.far.gov. The following clauses and provisions are incorporated by reference IAW FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) and remain in full force in any resultant purchase order. FAR 52.212-1, Instruction to Offerors-Commercial Items (Jan 2005), applies to this acquisition. The contractor must be registered in the Central Contractor Registration (CCR) database IAW DFAR 252.204-7004 Required Central Contractor Registration (Nov 2003). The following FAR clauses are applicable: 52.212-4, Contract Terms and Conditions; 52.212-5, Contract Terms and Conditions Required to Implement; 52.222-21, Prohibition of Segregated ; 52.222-22, Previous Contracts; 52.222-25, Affirmative Action Compliance; 52.222-26, Equal Opportunity (E.O. 11246); 52.222-35, Equal Opportunity for Special Disabled Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports; 52.222-3, Convict Labor (Jan 2003), 52.233-3, Protest after Award (Aug 1996), 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003). The following DFARS clauses under paragraph (a) and (b) are applicable: 252.212-7001, Contract Terms and Conditions; 252.232-7003, Electronic Submission of Payment Requests (Jan 2004). ALL QUOTATIONS MUST BE RECEIVED BY 3:00 PM EST, on 13 April 2005. Mail quotes to 1st Contracting Squadron, 74 Nealy Ave, Langley AFB, VA, ATTN: Lt Allen Cage III, or e-mail: allen.cageiii@langley.af.mil or fax number (757)-764-7447. Quotations must conform to this combined synopsis/solicitation. Only one award will be made for this requirement. Reference the solicitation number and provide a firm delivery date on the quotation. Provide all applicable warranty information in the quotation. All quotes shall be valid for a minimum of 30 days from the closing date.
 
Place of Performance
Address: Langley AFB, VA
Zip Code: 23665-2088
Country: United States
 
Record
SN00781994-W 20050407/050405212018 (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.