Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 22, 2006 FBO #1761
MODIFICATION

J -- Kineto Tracking Mount (KTM) system refurbishment

Notice Date
9/20/2006
 
Notice Type
Modification
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
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
F1S0AZ6130B002A
 
Response Due
9/24/2006
 
Archive Date
10/9/2006
 
Point of Contact
Steve Barry, Contract Specialist, Phone 661-277-8884, Fax 661-275-7838,
 
E-Mail Address
steven.barry@edwards.af.mil
 
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. 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) 2005-11 and DFARs Change Notice (DCN) 2006-07-11. Federal Supply Class (FSC) code is J099 and the size standard is $6.5M. NAICS is 811219. This acquisition is for Kiento Tracking Mount (KTM) Refurbishment only. The 412 TW/AFFTC, Edwards Air Force Base, CA is seeking potential sources capable of providing service and technical support to refurbish one KTM unit. Attached Statement of Work (SOW) fully details the complete requirement. Any contractors that can full fill the requirement must provide a brief capabilities statement, list any past performance and fulfill all requirement stated in the SOW. Any interested parties believing they can meet all the requirements listed above, may submit a proposal. All information furnished shall be in writing and must contain sufficient detail to allow the government technical representative to evaluate and determine if it can meet the requirement. Send all information via e-mail to: steven.barry@edwards.af.mil and patrick.terry@edwards.af.mil. Any information provided is strictly voluntary. The government will not pay for information submitted in response to this Combined Synopsis. To be considered, please provide the information above not later than close of business (4:00pm PCT) on 24 Sep 2006. CONTRACTORS MUST COMPLY WITH FAR 52.204-7 CENTRAL CONTRACTOR REGISTRATION (OCT 2003), DFARS 252.204-7004, ALTERNATE A (NOV 2003); ONLINE REPRESENTATIONS & CERTIFICATION (ORCA) (JAN 2005); & DFARS 252.212-7000, REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEMS (NOV 1995). INTERESTED CONTRACTORS CAN ACCESS THE CLAUSES BY INTERNET URL: http://farsite.hill.af.mil. TO REGISTER WITH CCR, GO TO URL: https://www.ccr.dlsc.dla.mil/. ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) MUST BE COMPLETED. USE OF ORCA BECAME MANDATORY 01 JANUARY 2005. CONTRACTORS CAN ACCESS ORCA THROUGH CCR BY INTERNET URL: http://www.ccr.gov/ STATEMENT OF WORK Edwards Air Force Base Kineto Tracking Mount (KTM) Refurbishment Services 1.0 SCOPE This Statement of Work (SOW) describes the tasks required of the contractor to support 412 TW/DRP (ACQ) with the refurbishment of (1) Kineto Tracking Mount (KTM) system, Included are the removal, refurbishment and re-installation of the subject KTM system as well as documentation, acceptance testing and integration support as defined in this Statement of Work (SOW). 1.1 Background The KTM system was initially purchased and put into service in the late 1980?s and in need of refurbishment and retrofits in order to extend its operational life expectancy for another 10 years. The Kineto Tracking Mount refurbishment project seeks to improve and modernize the KTM platform at the Air Force Flight Test Center (AFFTC). The existing KTM equipment will need to be upgraded to allow for the integration of new technology. The existing KTM system at the AFFTC needs to be upgraded and refurbished. To accomplish this, KTM refurbishment project will upgrade one KTM with upgrades to the digital controls, mechanical systems to accommodate heavier payloads, more robust slip-ring packages, and a payload mounting system that will include mounting of a radar system with optics. 2.0 APPLICABLE DOCUMENTS Refurbished KTM System Specifications, Appendix A: Estimated Workload Data 3.0 REQUIREMENTS The contractor shall ensure equipment used in refurbishing the KTM system are in proper mechanical and electrical condition. The equipment being installed must be currently used in the commercial market place and capable of being supported (parts available) for ten years after being refurbished. 3.1 KTM System Removals and Transportation 3.1.2 KTM System Removal. The contractor shall remove the one KTM from existing location at Edwards Air Force Base. The contractor shall provide all labor, tools, and equipment needed to accomplish this effort. 3.1.3 KTM System Transportation. The contractor shall provide labor and vehicle to transport the one KTM system to be refurbished from Edwards AFB to the contractor?s facilities. 3.2 KTM System Refurbishment 3.2.1 Refurbishment Task List. The contractor shall define the refurbishment task list after inspecting and testing the KTM systems to include the following (CDRL A001): 1) Identification of tracker, trailer and pedestal system components in need of refurbishment or replacement. 2) Identification of spare parts and special tools required to support operations and maintenance of the refurbished KTM. 3) Identification of the cause/s of part failure or need for refurbishment. 3.2.2 Refurbishment Program Schedule. The contractor shall develop a refurbishment program schedule detailing the tasks required to perform the refurbishment and integration effort and period of performance. The maximum time for completion of refurbishment effort should be no more then ten months after the date of contract award or option exercise. (A002) 3.2.3 KTM Refurbishment. The refurbishment work identified in paragraph 3.2.3.1 shall be accomplished for the KTM system. 3.2.3.1 Core Refurbishment Requirements. 1) Cleaning, painting, and greasing of appropriate components 2) Replace power distribution panel. 3) Replace all damaged or corroded hardware. 4) Repair/Replacement of major components to include, motors, bearings, position transducers, tachometers, wiring, tires and suspension. 5) Reassembly of system. 6) Provide and install remote control unit (RCU) for operator interface to the system. 7) Provide and install servo control unit (SCU) trailer mounted controls. 8) Provide and install air conditioning for the trailer electronics. 9) Provide and install uninterruptible power supply for the RCU and SCU (capable of switching from commercial power to generator). 10) Provide and install one Pair of slip rings rated at 80 amps, 80 VDC. 11) Provide and install two pairs of slip rings rated at 120 VAC , 20 amps. 12) Provide and install fiber optic rotary joint (six channel single mode FORJ). 13) A minimum of five arc seconds accuracy. 14) 1800 lbs. max load at 30?/s and 50?/s2. 15) Provide and install a total of 110 rings to include power and low signal instrumentation. 16) Provide and install error correction for servo control and loading control. 17) Provide and install remote controlled coordination of trackers. 18) Provide platform to mount radars and optics (design for platform must be approved prior to fabrication). 19) Installation and test of the interface. 20) Replace all seals. 21) Install grease fittings or other appropriate method for greasing gear assemblies. 22) Replace utility outlets. 3.2.3.2 Over & Above Refurbishment Requirements. Over & Above (CLIN 0002) applies to any additional work related to the refurbishment project but not previously identified during CLINS 0001. The contractor shall notify the QAP and the GPM by means of a work request whenever the contractor determines that O&A work is needed. The notification shall be done as soon as possible, but within 24 hours of the determination and shall include location and type of discrepancy, proposed corrective action, estimated man-hours of labor, estimated material costs, and estimated date of completion. The contractor?s site supervisor shall sign all notifications and the work request notification shall serve as the contractor?s proposal. The GPM shall complete a work description sheet for the O&A line item. If the total estimated cost of the work is $2,500 or less, the GPM shall submit the work description sheet directly to the contractor, who may proceed immediately after notification without any further authorization from the government. The contractor shall not exceed the ceiling price as referenced on the work description sheet. For estimates in excess of $2,500, the work description sheet shall be forwarded to the CO for coordination and approval. Authorization may be verbal, but will be followed up in writing as soon as practical. 3.2.4 Compatibility with current systems. The refurbished unit must be compatible with the newly refurbished KTM systems. For the purposes of operations and maintenance, the refurbished unit/s must utilize the same core components and software as the newly refurbished KTM systems. The core components include, the Digital Control Servo (DSC), Az/El motors, control joystick, control software, and firmware. 3.2.5 Monthly Status Reports. The contractor shall manage the effort of planning and implementing the KTM refurbishment. The contractor shall provide a monthly status report to include the following topics: 1) The progress of the refurbishment effort within the reported month, 2) Any identified problems within the reported month, 3) The resolution of any problems within the reported month 4) Changes in the KTM refurbishment schedule. (CDRL A003) 3.2.6 Provide Operations and Maintenance Documentation. The contractor shall provide updated operations and maintenance (O&M) manuals to include the documentation of the KTM system changes and final system configuration. This shall include any parts list where applicable. (CDRL A004) 3.2.7 Provide Engineering Level 2 Drawings. The contractor shall provide updated drawings of the KTM system changes and final system configuration. This shall include any mechanical or electrical changes where applicable, to include platform design for radar and optics. (CDRL A005) 3.3 Refurbished KTM System Installation and Support 3.3.1 Transportation. The contractor shall provide labor and vehicles to transport the refurbished KTM to Edwards AFB. 3.3.2 KTM System Installation of Refurbished System. The contractor shall provide all labor, tools and equipment to install of one (1) KTM system at the installation site. The installation is limited to moving the KTM to a finished site, connection of customer-supplied cabling (power, Ethernet, etc.), and setup and leveling of the KTM mount.Customer-specific cabling must be identified no later than 30 days after contractor?s receipt of the initial order. In the event the customer fails to provide information to the contractor on the cabling and to eliminate any possible delays with the project, the contractor would be authorized to proceed using cabling they are accustom to using on prior KTM Refurbishments. 3.3.3 Develop Acceptance Test Procedures. The contractor shall develop system performance Acceptance Test Procedures. (CDRL A007) 3.3.4 Perform System Acceptance Test Procedures and Record Test Results. The contractor shall perform a factory acceptance test and a site acceptance test at Edwards Air Force Base demonstrating that the refurbished KTM system functions correctly over the fiber optic interface. Government personnel shall be present to witness testing of the KTM system integration. The contractor shall document the results of the acceptance test procedures. Government shall approve acceptance test procedures provided by the contractor prior to performance. Government shall approve all acceptance tests being executed. (CDRL A006) The on-site acceptance test will be an abbreviated version of the factory ATP. It will also include a demonstration of the remote control interface. Under 3.2.3.1 Core Refurbishment Requirements (18), the contractor is required to provide a platform and connectivity so that radars and optics can be mounted to the unit but are not required to mount the radar and optics on the unit themselves. After radar and optics are mounted by Air Force personnel at EAFB, the contractor will demonstart connectivity as part as their acceptance test. (This section left blank intentionally) 4.0 SERVICE DELIVERY SUMMARY Performance Objectives SOW Paragraph Performance Threshold Provide Refurbishment Task Lists 3.2.1 Delivery of refurbishment lists to the government program manager must be on time 80% of the time and may not be later than one week 100% of the time. Provide Refurbishment Program Schedules 3.2.2 Delivery of refurbishment schedules to the government program manager must be on time 80% of the time and may not be later than one week 100% of the time. Provide Acceptance Test Procedures 3.3.4 Delivery of test procedures to the government program manager must be on time 80% of the time and may not be later than one week 100% of the time. Conduct Acceptance Test Procedures 3.3.5 Refurbished KTM is successfully integrated with the antenna control unit by fiber optic interface with the antenna pedestal 100 % of the time. 5.0 GOVERNMENT REQUIREMENTS 5.1 Government Furnished Equipment and Documentation. The Government will provide (1) operational KTM systems in various configuration. KTM system documentation will consist of the original O&M manual. (This section left blank intentionally) 6.0 GENERAL INFORMATION. 6.1 SECURITY REQUIREMENTS. The contractor must coordinate access to Edwards AFB facilities with the government Program Manager. All foreign nationals must be identified prior to contract award. APPENDIX A ESTIMATED WORKLOAD DATA ITEM NAME ESTIMATED QUANTITY 1 KTM System Removals 1 Ea 2 Refurbishment Reports 1 Ea 3 Refurbishment Program Schedules 1 Ea 4 KTM System Refurbishments 1 Ea 5 Documentation and Drawing Packages 1 Ea 6 Acceptance Test Procedures 1 Ea 7 Factory Acceptance Tests 1 Ea 8 Installations of Refurbished KTM Systems 1 Ea 9 On-Site Acceptance Tests 1 Ea 11 Monthly Status Reports TBD Ea NOTE: Task associated with the removal and refurbishment of one (1) KTM system is planned under this Statement of Work. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (20-SEP-2006); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/AFMC/AFFTC/F1S0AZ6130B002A/listing.html)
 
Place of Performance
Address: 5 South Wolfe Ave Edwards AFB CA
Zip Code: 93524
Country: UNITED STATES
 
Record
SN01150291-F 20060922/060920224730 (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.