Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 28, 2004 FBO #0914
SOLICITATION NOTICE

58 -- Harris Intraplex Equipment

Notice Date
5/26/2004
 
Notice Type
Solicitation Notice
 
NAICS
517910 — Other Telecommunications
 
Contracting Office
Department of Justice, Federal Bureau of Investigation, Engineering Contracts Unit/PPMS, FBI Engineering Research Facility Building 27958A, Room A-263, Quantico, VA, 22135
 
ZIP Code
22135
 
Solicitation Number
RFQ921597
 
Response Due
6/11/2004
 
Archive Date
6/26/2004
 
Point of Contact
Charles Weschler, Contracting Officer, Phone 703-339-2730, Fax 703-339-2780,
 
E-Mail Address
charlie_weschler@yahoo.com
 
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.This solicitation is under the Simplified Acquisition Procedures (SAP). This solicitation will be distributed solely through the General Services Administration's Federal Business Opportunities website, http://fedbizopps.gov/. This site provides downloading instructions. All future information about this acquisition, including solicitation amendments, will also be distributed solely through this site. All questions in reference to this requirement shall be submitted via fax within five (5) business days after this posting. All responses will be posted on this site. The North American Industry Classification System (NAICS) is 334220. The Business Size Standard for this solicitation is 750 employees.This will be a Firm Fixed Price, Indefinite Delivery, Indefinite Quantity acquisition, with one base year and four one-year options. The minimum amount is $566,350.00 and the maximum amount is $1,000.000.00.The Federal Bureau of Investigation has a requirement for Harris Intraplex Equipment, manufactured by Harris Broadcast Communications, Mason, OH 45040.If providing other than the brand name equipment, the contractor shall be required to submit a bid sample of each item for test and evaluation purposes. This will be returned to the contractor after award is completed.This is a Request for Quotation (RFQ) the solicitation number is RFQ 921597.The items are identified as follows: Line-item #1: ACS - 163, 3RU T1 Terminal Mutiplexer. Line-Item#2: ACS - 165, 3RU Drop & Insert T1 Mutiplexer. Line-Item#3: ACS-167, 1RU T1 Terminal Multiplexer. Line-Item#4: ACS-VR1, Variable Rate Multiplexer. Line-Item#5: 7400D, 4 channel DDS Audio Codec. Line-Item#6: 7200D, 2 channel DDS Audio Codec. Line-Item#7: 7200, 2 channel ISDN Audio Codec. Line-Item#8: 7400, 4 channel ISDN Audio Codec. Line-Item#9: CM-5, T1 Common Module. Line-Item#10: CM-10, ISDN Common Module. Line-Item#11: CM-11, DDS Common Module. Line-Item#12: DA-191A, Four Port Asynchronous Data Module. Line-Item#13: DS-961D, Five Port Multi-Rate Synchronous Data Module. Line-Item#14: DS-64NC, Wideband Synchronous Data Module. Line-Item#15: DV-201, Combined Voice and Data Module. Line-Item#16: DV-600, Secure Data Voice Module. Line-Item#17: MA-213L/MA-213M, Module Adapter - T1 Fiber Optic Interface Adapters. Line-Item#18: MA-215, Module Adapter - T1 Network Interface RJ-48C. Line-Item#19: MA-216, Module Adapter - Variable Rate. Line-Item#20: MA-217B, Module Adapter - T1 Network Interface DB-15. Line-Item#21: MA-220, Module Adapter - ISDN. Line-Item#22: MA-221, Module Adapter - DDS. Line-Item#23: MA-303, Module Adapter - Dual RJ-11. Line-Item#24: MA-404, Five Port RS-232 Interface. Line-Item#25: MA-414, Module Adapter - DTE, RS-449, DB-37P. Line-Item#26: MA-415, Module Adapter - DTE, V.35, DB-37P. Line-Item#27: MA-418, Module Adapter - Four Port RS-449/422 Interface. Line-Item#28: MA-506, Module Adapter - 600 Ohm wireline adapter. Line-Item#29: OCU-DP, Office Channel Unit Data Port Module. Line-Item#30: SCM-1, SNMP Proxy Agent. Line-Item#31: TM-4B, Timing Module. Line-Item#32: VF-15, Dual Channel Two-Wire Foreign Exchange Module. Line-Item#33: VF-16A, Dual Channel Two-Wire Foreign Exchange Module. Line-Item #34: VF-17, Dual Channel ADPCM Two-Wire Foreign Exchange Module. Line-Item#35: VF-18, Dual Channel ADPCM Two-Wire Foreign Exchange Module. Line-Item#36: VF-25, Four Port PCM E&M Voice Module for T1 Systems. Line-Item#37: VF-27, Four Port ADPCM E&M Voice Module for T1 Systems. Line-Item#38: VR-7, Variable Rate Module. Line-Item#39: PS-25115, 25W, 115 VAC Power Supply. Line-Item#40: PSY-60AC, 60W, AC Supply. Line Item#40: PSY-130AC, 130W AC Supply.The following are the minimum salient characteristics: Shall use APT-x-100 compression technology audio; input and output levels shall be adjustable via programming and not by mechanical DIP switches; audio shall adjust over a range equal to or better than 12 dBm; each wide band channel shall have a 600 ohm input and output impedance; frequency response for the 7.5 kHz wideband channel shall be 5 Hz to 7.5 kHz +/-3.0 dB and 100 Hz to 7.0 kHz +/-0.5 dB; maximum full load level of + 15 dBm (0 dBm=0.8775 Vrms); shall have a dynamic range of greater than 63 dB; distortion total per channel including harmonic and noise: shall be less than 0.25% at 1 kHz with +8.0dBm input; imbedded coding scheme shall be 16-bit linear conversion followed by 4:1 data compression algorithm as incorporated in the APT-x-100 digital signal processing chip; time delay shall be less than 16mS (including multiplexer delay of 1 mS); data rate shall be 64 kbps per channel; each DV-600 channel shall process wideband Motorola SecureNet audio with encrypted data error performance of less than 0.01% when tested with a Motorola test set Model R-2670 or equivalent; the host multiplexer shall operate in loopback for a test duration of one (1) minute; environmental operation range shall be 0-50 C; humidity 0%-90% non-condensing; AC power shall be required 115 volts AC; the IX-ACS-163-A1C and IX-ACS-165-A1C shall incorporate redundant AC or DC power supplies of no less than 100 watts each; physical characteristics and dimensions shall be 19? wide x 5 ╝? (3RU) high with 18 physical slots for placement of 17 channel modules and one T1 line interface card (for IX-ACS-163-A1C) and 16 channel modules and two T1 line interface cards (for IX-ACS-165-A1C) with imbedded Channel Service Unit (CSU); IX-ACS-167-ACC is 1 RU high; shall have a status reporting system employing simple network management protocol (SNMP). Each channel bank shall have the capability to support a five port synchronous RS-232 data module up to 9.6 kbps synchronous data. The IX-7200D-SL-ACN and the IX-7400D-SL-ACN provide all the necessary components to transmit Motorola SECURENET traffic ? two circuits and four circuits respectively ? DDS circuits, RS-530 interfaces (external data service units [DSU] required and not supplied). The above-listed characteristics are intended to be descriptive, but not restrictive.Unless visibly marked that the vendor is quoting and "equal" product, the offered items shall be considered the brand name product as referenced in this announcement.If offering an equal product, the brand name product being furnished shall be clearly identified on the quote. The evaluation of quotes and the determination as to equality of the product shall be the responsibility of the Government and shall be based on information provided by the vendors. The Government is not responsible for locating or securing any information which is not identified in the quotation and reasonable to the purchasing activity.To insure that sufficient information is available, the vendor must furnish as part of their quote, all descriptive material necessary for the purchasing activity to determine whether the product meets the salient characteristics of this requirement. Vendors proposing to modify a product to make it conform to the requirements of this announcements, shall include a clear description of the proposed modification and clearly mark any descriptive material to show the proposed modification. Warranty. The warranty period shall be one year after acceptance from the Government. Delivery shall be FOB Destination at: Engineering Research Facility, Building 27598A, Quantico, Virginia, 22135. All quotes shall be mailed to the address listed in the announcement no later than 1:00pm EDT, June 11, 2004 and clearly marked with the RFQ #921597. No hand carried quotes will be accepted. Faxed quotes will be accepted and are encouraged at 703-339-2780.The point of contact for information is Charles A. Weschler, Contract Specialist, at the address and phone number listed above.All potential bidders are hereby notified that due to security requirements, Federal Express, DHL, and UPS deliveries for the FBI Headquarters facility are now received at an off-site location, therefore the normal response time of 10 days has been extended.The FBI has allowed additional days from the release of the fedbizzopps synopsis/solicitation for receipt of quotes.Vendors are hereby notified that if your proposal is not received by the date/time stated above, and at the specified location in this announcement, your quote will be considered late.This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-23.This procurement is unrestricted..The following provisions and clauses are applicable to this acquisition. The full text clauses can be obtained at the following website: http://www.arnet.gov/far/.FAR provision 52.212-1, Instruction to Offerors-Commercial Items (JAN 2004); FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items; FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JAN 2004). The following clauses/provisions are applicable to this requirement and are hereby incorporated by reference: FAR 52.203-6, Restriction on Subcontractor Sales to the Government Alt I (OCT 1995); FAR 52.204-7, Central Contractor Registration (OCT 2003); FAR 52.211-6, Brand Name or Equal (AUG 1999); FAR 52.219-1, Small Business Program Representations (APR 2002); FAR 52.219-8, Utilization of Small Business Concerns (OCT 2000); FAR 52.222-21, Prohibition of Segregated Facilities (FEB 1999); FAR 52.222-26, Equal Opportunities (APR 2002); FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (DEC 2001); FAR 5222-36, Affirmative Action for Workers with Disabilities (JUN 1998); FAR 52.225-3, Buy American Act - North American Free Trade Agreement Israeli Trade Act (JUN 2003); FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (OCT 2003). Each offeror shall include a completed copy of the FAR provision 52.212-3, Offeror Representations and Certification Commercial Items (JUN 2003). FAR 52.212-2, Evaluation of Commercial Items (JAN 1999) is tailored to read as follows: The following shall be used to evaluate offers: Technical (technical design, capability of the items offered to meet the government's need), Past Performance and Price.Past Performance shall consist of: quality of product, customer satisfaction, and adherence to delivery schedule. To verify these past performance requirements, each vendor shall provide at a minimum three (3) names and telephone numbers of customers that have acquired the same or similar products over the last 12 months. Technical and Past Performance, when combined are significantly more important than price. The following Justice Acquisition Regulation (JAR) clauses are applicable to this acquisition and can be obtained in full text at the following website: http://www.usdoj.gov.: JAR clause 2852.201-80, Contracting Officer's Technical Representative (COTR) (JAN 1985), (will be supplied upon award); JAR 2852.233-70, Protest Filed Directly with the Department of Justice (JAN 1998); and JAR 2852.211-70, Brand Name or Equal (JAN 1985). All responsible offerors may submit a quotation which, if timely received, shall be considered by the agency. The Government will award to the offeror whose offer is most advantageous to the Government, based on evaluation factors as previously stated. Offerors are to submit FAR provision 52.212-3, Offeror Representations and Certification-Commercial Items (JUN 2003) with their proposal. Offers are due by 6/7/04 at 1:00pm EDT to the address identified above. Proposals shall be submitted on the SF 1449 with one fax copy and one original via U.S. mail. Hand deliveries will not be accepted at any FBI locations. This information should be relayed to courier services. Please submit any questions via fax within five (5) days of this notice to the attention of the Contracting Officer identified in this announcement. It is the responsibility of the offeror to ensure that their proposal is received at the designated location prior to the noted date/time in this announcement. Award will be made within five days after closing.
 
Place of Performance
Address: Engineering Research Facility, Building 27958A, Quantico, VA
Zip Code: 21535
Country: USA
 
Record
SN00592817-W 20040528/040526211828 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.