Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 24, 2006 FBO #1671
SOLICITATION NOTICE

58 -- Flight Termination System Control Panel, Communications and Routing

Notice Date
6/22/2006
 
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 Force Materiel Command, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, CA, 93524-1185
 
ZIP Code
93524-1185
 
Solicitation Number
Reference-Number-FA9302-06-P-E102
 
Response Due
6/30/2006
 
Archive Date
7/15/2006
 
Description
This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Price Quotes are being requested and a written solicitation will not be issued. This is a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-09 and DFARs Change Notice (DCN) 20060519. Standard Industrial Classification (SIC) code is 3812, FSC Code is 5826 and the size standard is 750 employees. NAICS is 334511. The acquisition is unrestricted and is for the items listed below. 1) Engineering Services for EFTS Control Panel, Design Review, TIM?s Elec., Mech., Design, full documentation and elec./Software I/F. (Quantity -1 Lot) 2) Engineering Services Routing Computer to include design, Review, TIM?s, Elec., Mech., Design Full Documentation and Elec./Software I/F and Software Development/Integration. (Quantity -1 Lot) 3) CT1001 ? FTS Control Panel with Power Key Switch & Carrier Key Switch & 2 LEDs. (Quantity - 6) 4) CT1002 ? Routing Computer including 16 Modems. (Quantity ? 4) 5) ES1000 ? Ethernet Switch W/7CATS Ports & 1 Fiber Port (Quantity ? 4) Pertaining to the above items, the 412th Test Wing (TW), Edwards AFB, CA has a requirement for engineering services to develop a Flight Terminal System Control Panel and a Routing Computer System. The development will assist in the further TFS design in order to support High-Alpha Secure Systems and Enhanced Flight Termination Systems. The procurement is to create a control and communications system linking one or more FTS officers with the FTS transmission and verification equipment used to transmit to launch vehicles. WV Communications already developed the FTS Encoder/Exciter, Receivers, and HPA systems. The control panel and routing computer must interact with the encoder/exciter, receivers, and HPA systems already in place, therefore, must be form, fit, and function to the existing equipment. The services/products being acquired are to upgrade Edwards Air Force Base flight termination system in support of the following programs: X-37 and future Unmanned Combat Air Vehicle (UCAV) Projects. The following are the required specifications: FLIGHT TERMINATION CONTROL PANEL, COMMUNICATIONS AND ROUTING STATEMENT OF WORK 1.0 INTRODUCTION The purpose of this Statement of Work is to define the requirements for the services to create a control and communications system linking one or more FTS officers with the FTS transmission and verification equipment used to transmit to launch vehicles. The system requires two major components, a control panel which collects button and switch state data and sends it to the routing computer, and a routing computer which acknowledges receipt of state information and presents it in proper form to the encoder/exciter and amplifier. The routing computer also echoes the command state and the verification state data back to the control panel. Communication between the two is through voice grade analog DSO channels using modem circuitry. 2.0 REQUIREMENTS The contractor shall perform all tasks required in the Statement of work to produce a FTS Control Panel with Power Key Switch and Carrier Key Switch and a Routing Computer including 16 modems and Ethernet switch with 7 CAT5 Ports and 1 Fiber Port. In addition to meeting the technical requirements, the contractor is required to prepare and produce associated documentation, i.e., design reviews, TIM?s, electrical, mechanical design, and full documentation of electrical/software I/F. 2.1 TECHNICAL REQUIREMENTS The contractor shall provide a control panel that contains DPDT switches and two LEDs. The programming will be firmware written in assembly language with no operating system or file system. It is to be stored on chip in Flash EEPROM memory and executed directly out of that memory. The FTS equipment end will consist of four redundant routing computers connected to four FTS equipment chains. For interfacing to legacy equipment, discrete input and output signals will be handled by solid-state relays. Outputs will be isolated contact closures or powered (non-isolated) with a voltage source. Inputs are to isolated voltage or current loads. For interfacing to FTS encoder/exciter, amplifier and verification receivers, each chain is connected to its own 10/100 ethernet switch. Each routing computer will connect with two switches and pairs of switches are linked with fiber optic cabling so each router has access to all four equipment chains. Each routing computer will contain 16 modems to allow it to communicate with up to 16 FTS control panels. 2.2 MEETINGS, REVIEW, CONFERENCES A system design review shall be held at a mutually agreed upon time and place to review the electrical and mechanical design along with software development. 2.3 DOCUMENTATION The contractor shall provide full documentation of the control panel mechanical, electrical design as well as software development and support integration documentation. NOTE: Contractor shall provide Hourly Rates, Hours, Extended Cost, Materials, and Subtotals for Electrical Assembly, Mechanical Assembly, Quality Control, Test Technician, CAD Engineer, Program Manager, Senior Engineer, Materials ? all per 5 items listed above the Statement of Work. Interested parties who believe they can meet all the requirements described in this synopsis are invited to submit in writing complete information describing their ability to provide the required equipment. FOB Destination is the Government preferred method of shipping. Please submit FOB Destination shipping information with all submittals to the office. Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this synopsis. 52.232-33 Mandatory information for electronic funds transfer payment. Before we can begin the contracting process with your company, I need the following Online Representations and Certifications Application (ORCA) completed-- http://orca.bpn.gov/. FOR MPIN REGISTRATION: http://www.ccr.gov/mpin.asp. Use of online representations & certifications application (ORCA) became mandatory 1 January 2005. ORCA is a web-based system that centralizes, standardizes, and moves the collection and storing of FAR level representations and certifications online. Representations and certifications are to be completed at least annually by vendors on-line through the ORCA portion of the Business Partner Network (BPN). Contractors, presently registered in Central Contractor Registration (CCR), can get a head start by going to www.bpn.gov/orca/ to activate their ORCA profiles. Initially, ORCA will retain the most significant contractor representations and certifications that would apply to any acquisition in the form of 26 questions. Solicitation-specific representations and certifications may still be used outside of ORCA. Further information on this initiative may be obtained from the ORCA help menu, http://orca.bpn.gov/help.aspx. This help menu includes ORCA background information, frequently asked questions (FAQ), and the ORCA Handbook. Provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Provision at 52.212-2 -- Evaluation -- Commercial Items. (Jan 1999) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement (ii) price (iii) past performance 52.212-3 Offeror Representations and Certifications -- Commercial Items 52.204-7 Central Contractor Registration 52.212-4 Contract Terms and Conditions ? Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes 52.225-4 Buy American Act -- North American Free Trade Agreement -- Israeli Trade Act Certificate 52.225-4 Alternate I 52.222-22 Previous Contracts and Compliance Reports 52.222-25 Affirmative Action Compliance 252.212-7000 Offeror Representations and Certifications--Commercial Items 52.252-2 Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, 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 this address: http://farsite.hill.af.mil. 52.222-3 Convict Labor 52.222-19 Child Labor---Cooperation with Authorities and Remedies. 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-26 Alternate I 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.225-3 Buy American Act -- North American Free Trade Agreement 52.225-3 Alternate II 52.225-13 Restrictions on Certain Foreign Purchases 52.247-34 FOB Destination 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.225-7001 Buy American Act, Balance of Payment Program 252.225-7036, North American Free Trade Agreement Implement Act. 252.232-7003 Electronic Submission of Payment Requests 252.232-7010 Levies on Contract Payments 252.247-7023 Transportation of Supplies by Sea 252.247-7023 Alternate III (MAY 2002) 5352.201-9101 Omsbudsman 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) 5352.242-9000 Contractor Access to Air Force Installations Offers are due at the Air Force Flight Test Center, Directorate of Contracting, 5 South Wolfe Avenue, Edwards AFB, CA, 93524, no later than Close of Business (COB) 30 Jun 06 at 4 pm. Faxed transmissions of quotes are acceptable. Fax #: 661-275-9602 or e-mail address: kim.ponniah@edwards.af.mil.
 
Place of Performance
Address: Edwards AFB, CA
Zip Code: 93425
Country: USA
 
Record
SN01075570-W 20060624/060622220941 (fbodaily.com)
 
Source
FedBizOpps 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.