Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 28, 2008 FBO #2314
SOLICITATION NOTICE

16 -- Procurement of Airborne Automatic Identification Systems

Notice Date
3/26/2008
 
Notice Type
Solicitation Notice
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Aircraft Repair & Supply Center, HU25, HH65, H60J, C130, ESD, 130J, IOD or ALD Support, Elizabeth City, NC, 27909-5001, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HSCG38-08-R-H00011
 
Response Due
4/2/2008
 
Archive Date
4/17/2008
 
Point of Contact
Ginger Woodington, C130 Contract Specialist, Phone 252-334-5293, Fax 252-335-6452, - Nancy DeBerry, C130 Contracting Officer, Phone 252-335-6291, Fax 252-335-6452
 
E-Mail Address
Ginger.G.Woodington@uscg.mil, Nancy.Deberry@uscg.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This requirement will be satisfied using commercial acquisition procedures specified in FAR Parts 12 and 13.5. This announcement constitutes the only solicitation; firm-fixed-price proposals for providing of the following items are being requested and a written solicitation will not be issued. Solicitation number HSCG38-08-R-H00011 is being assigned to this procurement for tracking purposes only and requires pricing for a one-year base period with four one-year options, renewable annually at the Government?s discretion. The procurement is being issued on an unrestricted basis and will be satisfied using Best Value evaluation methods iaw FAR 15. The incorporated clauses and provisions are those in effect through Federal Acquisition Circular 2005-24. The North American Industry Classification System Code is 334511. This synopsis/solicitation is issued for the procurement of Airborne Automatic Identification System (AIS) Transponders; estimated quantities are: Base Period CLIN 01010, AIS Transponder, 18 each; Base Period CLIN 01011, Secure Link Key Generator, 6 each; Base Period CLIN 01012, Programming Cables, 6 each; Options One thru Four, AIS Transponder, Estimated 1-5 each per option period. Only factory new will satisfy this requirement. FAA certification is required. The following technical requirements shall be met: Items offered must use 115VAC/400Htz (3-phase & single phase); 28VDC; conformance to MIL-STD?s 7080, 461, 704D, RCTA/DO-160C and SAE-AS50881. No PVC or Kapton Insulation Materials. AIS must withstand vibration of C-130H Flight Manual and RCTA/DO-160C. Operating Environment: -35 to +50 degrees Celsius, 0 to 95% Humidity, -1000 to +35000 Feet MSL. Shall not create EMI and shall be protected from EMI IAW MIL STD 461 and 464. Must fit within the following dimensions: 228.6 mm/9.0 inches Height; 228.6 mm/9.0 inches Width; 457.2 mm/18.0 inches Depth. Windows based software compatibility required and must be included in the unit price. One fully contained, functional LRU required using ARINC 429 as primary data link and ARINC 422 to display and interact with the operating system. Shall be IEC 61993-2 compliant. LRU shall have a minimum of two imbedded receivers; one for receiving secure/encrypted data and the other receiving standard shipboard AIS information. LRU shall have a minimum of one imbedded transmitter capable of transmitting data in the clear and secure data via a secure/encrypted mode. LRU shall have an imbedded GPS with a minimum of 12 channels capable of updating positional data at a rate of once per second on a continuous basis. Exceptions to these technical requirements will not be considered. The following manuals are required: Overhaul/Repair Manual with Illustrated Parts Breakdown Manual (IPB), Installation Manual, Interface Control Document, System revisions, updates and service bulletins for the entire contractual period at no additional cost to the government. The government requires delivery of AIS Transponders to be not later than 6 weeks after contract award. Acceptance shall be performed by USCG ARSC Receiving Personnel. Offers are invited on an FOB Destination Basis only. Copies of packing slips shall be affixed to the outside of the shipping container. Packaging of the items for return shipment shall be in accordance with the Contractor's best commercial practices with the following exceptions: Bulk packaging is acceptable. Each individual container shall be labeled on the outside with NSN, Part Number, Serial Number, Quantity, Nomenclature, Purchase Order Number, and Line Item. Only Bar Coding of the NSN is necessary. The internal packaging material shall be sufficient to prevent damage during shipment, handling, and storage. Preservation protection must be sufficient to prevent corrosion, deterioration or decay during warehouse storage for a period of one year, but no preservation coating will be applied directly to the component. Packaging material shall NOT consist of the following material: popcorn, shredded paper, styrofoam of any type, or peanut style packaging. Warranty provisions must be provided with the offer. Certificate of Airworthiness (FAA 8130-3 or -4) and a Certificate of Conformance IAW FAR 52.246-15(d) are required with each component.
 
Record
SN01541962-W 20080328/080326223631 (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.