Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2006 FBO #1749
SOLICITATION NOTICE

70 -- Software Licence, Chassis and Modules for 412th TSS

Notice Date
9/8/2006
 
Notice Type
Solicitation Notice
 
NAICS
511210 — Software Publishers
 
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-F1S0AE6192B002
 
Response Due
9/15/2006
 
Archive Date
12/6/2006
 
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. The solicitation is a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-12 and DFARs Change Notice (DCN) 20060814. NAICS is 511210. Solicitation is for the commercial purchase of Brand Name or Equal items. The 412th Technical Support Services Range Directorate is looking to procure Chasis with the modules and Terawave Software License per the following description: BRAND NAME OR EQUAL VERBAIGE: 1. The Terawave wide area network hardware and software is currently used in all Range Safety Situational Awareness Tool (RSSAT) and Joint Strike Fighter (JSF) control rooms. These ranges include Edwards AFB, White Sands Missile Range and Vandenberg AFB. This network structure needs to match existing systems already installed in these mission control rooms. Terawave has been previously purchased on contracts FA930205PE146 and FA930206PE021. 2. Utilizing the same brand or equal to meet these requirements insures that the new parts being procured will be compatible with the existing parts in the mission control rooms. It is in the best interest of the Government to utilize common hardware to simplify logistics and lower integration costs. Required items for bid: 1. TW-401 Quantity - 11 Optical Network Terminal / Integrated Network Terminal Typical Applications Broadcast studio-transmitter links (STL) Military range comms Launch surveillance Mobile/van communications Wireless backhaul DSLAM backhaul over PON Outside plant services Key Services MPEG-2 & DVB video SMPTE 310M video TTL, ECL, RS530 telemetry POTS/FXS voice DS1 or E1 private lines V.35 and X.21 DS3 ATM UNI service Ethernet services Virtual private LANs VoIP Key Features Flexible, modular chassis Field-replacable modules AC or DC power Configurable services Configurable access interfaces at up to 622 Mbps, including PON, dual DS3c/E3c UNI, dual OC3c/STM1c UNI, or dual OC12c/STM4c UNI TMS management 2. ATM Integrated Network Access Units (NAUs) Quantiy - 11 Applications Small to Medium Businesses Healthcare and Education State & Local Government Residential subscribers Key Services POTS and PBX voice Internet access TDM & Ethernet Private Lines Virtual Private LANs VoIP Video: analog & digital Key Features Industry Standard ATM UNI 1+1 Redundant network interfaces Voice, Data, & Video support Integrated TDM & Ethernet service ports Integrated ATM switching Full QoS and rate control Integrated loopback and alarms TMS management TTL TSIM Quantity - 22 TTL Telemetry Service Interface Module for the TW-400 INT modular chassis Target Applications Federal government Military range telemetry Key Features 4 input/output ports, independently programmable 1 kbps to 20 Mbps data rate Synchronous and adaptive clock support CBR service quality Integrated loopback, BERT and alarming Local craft interface Remote TMS or SNMP management Key Features Maintains Single Lobe Radiation Pattern Over Frequency Ultra Broadband: 1GHz ? 18 GHz 300 W Power Input Capacity Optimized High Frequency Gain Low VSWR 4. TERAWAVE SOFTWARE LICENSE Quantity - 1 The offeror shall include descriptive literature such as specifications, brochures or other manufacturing information that fully describes the item if not the suggested manufacturer and part number. Delivery must be 45 days after receipt of purchase order and FOB Destination. Place of delivery, performance, and acceptance is FOB Destination, Edwards AFB, CA 93524. The following provisions and clauses apply: Offerors must include a completed copy of the provision at 52.212-3 Use of On Line Representations and Certifications Application (ORCA). Further Information on ORCA 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, 52.212-3 Alternate I, 52.225-4, 52.225-4 Alternate I, 52.222-22, 52.222-25, and 252.212-7000 with their offer. If the offeror does not have a copy of these provision go to http://farsite.hill.af.mil and look up far clauses; copy and complete all applicable provisions answering all questions. If you do not have access to the Internet please contact the contract specialist to request a copy. Any responses without all provisions will be considered non-compliant. Additionally all bidders must have a current registration with the Central Contractors Registration database @ http://www.ccr.gov to be eligible for contract award The following provisions and clauses apply: 52.252-1 -- Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil. 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 52.212-3 Offeror Representations and Certifications -- Commercial Items 52.212-3 Alternate I 52.225-4 Buy American Act -- North American Free Trade Agreement -- Israeli Trade Act Certificate 52.225-4 Alternate I 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. 52.212-4 Contract Terms and Conditions ? Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes 52.222-3 Convict Labor 52.222-19 Child Labor---Cooperation with Authorities and Remedies. 52.222-21 Prohibition of Segregated Facilities 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 I 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer--Central 52.233-3 Protest after Award. 252.211-7003 Item Identification and Valuation 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 252.232-7003 Electronic Submission of Payment Requests 252.247-7023 Transportation of Supplies by Sea 252.247-7023 Alternate III (MAY 2002) 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) Offers are due at the 412th Test Wing (TW), Directorate of Contracting, 5 South Wolfe Avenue, Edwards AFB, CA 93524, by COB (1630 PST) on 15 September 2006. Any questions concerning this synopsis should be submitted to the Contract Negotiator, Terence Vickers, by email at, Terence.vickers@edwards.af.mil or by fax at (661) 275-7860. Email transmissions of quotes are preferred. Although, if you chose to Fax, please call me to ensure receipt.
 
Place of Performance
Address: Edwards Air Force Base, CA
Zip Code: 93524
Country: UNITED STATES
 
Record
SN01137743-W 20060910/060908220851 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.