Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 10,2000 PSA#2575

HQ ESC, MILSATCOM Terminals Program Ofice, ESC/MCK, 50 Griffiss Street., Hanscom AFB, MA 01731-1620

58 -- RUGGEDIZED, MULTI-FUNCTION FAX EQUIPMENT SOL F19628-00-R-0041 DUE 041400 POC Bill Donaldson, Acquisition Support Manager, 781-271-6091 WEB: ESC Business Opportunities Web Page, http://www.herbb.hanscom.af.mil. E-MAIL: Click Here to E-mail the POC, bill.donaldson@hanscom.af.mil. This is a Sources Sought Synopsis for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice using the simplified acquisition procedures. The MILSATCOM Terminals Program Office is seeking approximately 60 commercial off-the-shelf (COTS)/non-developmental item (NDI) Ruggedized, Multi-function Faxes (herein referred to as the fax) for use with Ultra-High Frequency (UHF) satellite communications (SATCOM) terminals in Air Force fixed-site and transportable ground tactical operations. The equipment shall be of rugged physical design and construction, capable of rough use and frequent setup/tear-down and transit in severe environments (sand, dust, heat, cold, and rain). Transit will be in a protected carrying case, to be supplied under this procurement. The multi-function equipment shall provide the capabilities of sending and receiving digital and analog facsimiles plus serve as a printer, scanner and copier. The government requires that the equipment be compliant with Type II facsimile operation (gray-scale plus black-and-white) in accordance with MIL-STD-188-161D and NATO STANAG 5000, and in accordance with commercial CCITT Group 3 operation. FAX materials will range from simple text and graphics to complex, high resolution, gray-scale imagery. Resolution, contrast, format, interface, rate, compression, and handshake shall be configurable parameters, and shall be manually settable or selected as stored presets. The equipment will be primarily used with the AN/PSC-5A and Multi-band, Multi-mode Radio manufactured by Raytheon Systems Corporation, which are operated in line-of-sight and satellite links, including dedicated channel and Demand Assignment Multiple Access (DAMA) operation in accordance with MIL-STD-188-181B, MIL-STD-188-182A and MIL-STD-188-183. Evidence, such as test reports or certifications, of the equipment being compatible with these receiver/transmitters and such operation over-the-air should be submitted by the offeror as available. Transmission rate requirements and interfaces shall be per MIL-STD-188-161D as a minimum, and as an objective, configurable rates in the synchronous mode shall be up to 64 kb/s. Effective original scanning width shall be 8.5 inches. Paper type(s) shall be consistent with the modes of operation, and shall be readily available industry standards. The print and scan modes shall interface from/to a Windows 95/98 personal computer. All necessary interface software to permit printing from the PC to the equipment and saving scanned items to files on the PC shall be included, and its use described in an operation manual. Interoperability requirements shall include those with commercial FAX machines via commercial or DSN phone lines and with the AN/UXC-7 Facsimile equipment in at least one mode via over-the-air links as identified. Digital transmission via CCITT Group 3 interfaces for operation with a secure telephone is an objective feature. Capability to interface with military field phone lines is an objective feature. As an objective, the equipment shall minimize operational electromagnetic interference/compatibility (EMI/EMC) concerns and offer line conducted and radiated performance per MIL-STD-461E, with such characteristics to be identified by the offeror. The equipment will normally be operated from 100 to 240 VAC, 47 to 63 Hz power, and shall either be configurable or auto sensing for 115/230 VAC (nominal) operation. As an objective, the unit shall also be operable in a backup mode from vehicular power over an 11 to 30 VDC range. Objective features include protective covers, desirably sealed to dust and moisture when not in use, for both operational interfacing/control surfaces and input/output connectors. As objectives, equipment physical volume and weight respectively should be 3500 cu. in. and 48 lb. maximum. Physical design and manufacture of the equipment transit case shall include handles, rigid foam liners for equipment protection, and shall be rugged and weather-tight for transport in an unprotected environment. Adequate space for power cable, operation and maintenance manual(s), and miscellaneous user supplied items, like spare copy paper and I/O cables (typical ten foot length), should be incorporated in the transit case. Objective volume and weight of the equipment in the transit case as supplied, should respectively be 7000 cu. in. and 65 lb. maximum. Minimum operating temperature range of -20 degrees C to +60 degrees C is desired. Other environmental characteristics shall include operation in up to 95% relative humidity, including condensation, operating altitude of 15,000 feet and non-operating altitude of 40,000 feet, and the ability to protect critical components from sand and dust environments. The equipment must have technical documentation provided with it. Built-In-Test and diagnostic feedback to the operator, desired features promoting ease of operator and organizational level maintenance, and available technical support shall be described by the offeror. Optional contractor training is desired and should be separately priced. Objective features will be considered on a best value basis. The contractor shall identify and make available to the Government all warranties associated with material delivered under this contract. The effective date for the warranties shall coincide with the date of government acceptance of the applicable item. The contractor shall be responsible for the shipment of items to the customer. Commercial packaging and marking of supplies shall be IAW best commercial practice. The SIC Code for this acquisition is 3669 and the size standard is 750 employees. Respondents to this synopsis/solicitation should identify whether they are a large or small business and provide their company's name, address, telephone number, and a Point of Contact (POC). Any proprietary information submitted should be identified as such. The Government will not reimburse respondents for any cost associated with submission of the information being requested or reimburse expensesincurred to interested parties for responses to this synopsis/solicitation. This CBD does not constitute a commitment to order on the part of the Government. Responses are to be mailed to ESC/MCK, 50 Griffiss St., Hanscom AFB MA 01731-1620, ATTN: Bill Donaldson. Acquisition Support Manager: Bill Donaldson (781) 271-6091, Contracting Officer: Joe Zimmerman (781) 271-6279. Responses may be hand carried to the following address: The MITRE Corporation, Lobby Bldg. M, 202 Burlington Road, Bedford MA 01731-1420, ATTN: Bill Donaldson (ESC/MCK). Also, Bill Donaldson (bill.donaldson@hanscom.af.mil) will accept e-mail responses. No telephone responses will be accepted. An Acquisition Ombudsman, Colonel Steven H. Sheldon, Director, Commander's Staff, has been appointed to hear concerns from offerors or potential offerors during proposal development. You should only contact the Ombudsman with issues or problems you cannot satisfactorily resolve with the program manager and/or contracting officer. The Ombudsman role is to hear concerns, issues, and recommendations and communicate these to the appropriate government personnel. The Ombudsman will maintain strict confidentiality if desired. The Ombudsman does not evaluate proposals or participate in source selection. You can contact the Ombudsman at (781) 377-5106. Posted 04/06/00 (D-SN441902). (0097)

Loren Data Corp. http://www.ld.com (SYN# 0110 20000410\58-0006.SOL)


58 - Communication, Detection and Coherent Radiation Equipment Index Page