Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 03, 2007 FBO #2015
SOLICITATION NOTICE

70 -- INTEGRATED RADIOS AND ANTENNAS

Notice Date
6/1/2007
 
Notice Type
Solicitation Notice
 
NAICS
517212 — Cellular and Other Wireless Telecommunications
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC NORFOLK DETACHMENT PHILADELPHIA, 700 Robbins Avenue, Building 2B, Philadelphia, PA, 19111-5083, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-N00189-07-T-0267
 
Response Due
6/16/2007
 
Archive Date
7/1/2007
 
Description
<DESC> This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/ ). The RFQ number is N00189-07-T-0267. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-17 and DFARS Change Notice 20070531. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm . The NAICS code is 517212. This is a sole source action for brand name product. The equipment is to support the Joint Task Force Civil Support (JTF-CS), which must deploy quickly to emergency sites, and requires highly portable and easy to use systems. The selected model is the only one that provides all of these functions in one product and has been tested with the unique JTF-CS systems to ensure interoperability and required reliability and performance. Unique Characteristics of this equipment that supports the mission include: /802.16 Integrated radio & antennas /5.4 GHZ RF Frequency Band /Range to 124 Miles /30 MHZ Channel Size /Up to 300 MB Ethernet Data Rate /Intelligent Dynamic Frequency Selection for automatic selection on startup and continual adaptation to avoid interference, with 10MHZ step size for WIMAX compatibility. /Ability to manually lock nut undesired frequency channels /Dynamic modulation adapting between BPSK single and 256 Dual /Dual polarity antennas /Antenna and Radio integrated for portability / ease of use /Built in audio assistance for link optimization /RJ45 interface, POE (Power over Ethernet) /Multiple-Input-Multiple-Output (MIMO) and intelligent Orthogonal Frequency Division /Multiplexing (i-OFDM) /Ability to pair radios via MAC addresses /AES 256 Encryption (FIPS 197 Compliant) /Web Based GUI /RF planning tool /Interoperable with existing equipment /Interoperable with equipment sparing The FISC Norfolk Contracting Department Philadelphia Office requests responses from qualified sources capable of providing: Model Number/Description/Quantity BP5530BH-2AA/5.4GHz Int Link 300Mb/5 WB2511/PTP600 Spectra 256 AES/5 414969/295' Shielded Cat5eJump/10 RHD-30-16763-1800/(Motorola 3 in 1 Deployable Case) Hardigg Single Lid rotationally molded polyethylene plastic case configured per customer specifications. Color: Black/7 SHIPPING/SHIPPING COST/1 Delivery is 45 days ADC. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items: X (27) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). Quoters are reminded to include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.212-7000, Offeror Representations and Certifications - Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including: (17) __X__ 252.232-7003, Electronic Submission of Payment Requests (MAR 2007) (10 U.S.C. 2227). This announcement will close at 3:00 P.M. EST on 06/16/2007. Contact Charles T. Hoyes who can be reached at 717-605-2024 or email charles.hoyes@navy.mil. All responsible sources may submit a quote which shall be considered by the agency. No Numbered Notes apply. 52.212-2, Evaluation - Commercial Items is applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price and delivery ability. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/ . All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. Note: All information technology items must be Year 2000 compliant. Year 2000 compliant means information technology that accurately processes date/time data (including, but not limited to, calculating, comparing and sequencing) from, into and between the twentieth and twenty-first centuries, and the years 1999 and 2000, and leap year calculations. Furthermore, Year 2000 compliant information technology, when used in conjunction with other information technology, shall accurately process date/time data if the other information technology properly exchanges date/time data with it. ******* End of Combined Synopsis/Solicitation ********
 
Place of Performance
Address: SHIP TO:, JOINT SYSTEMS INTEGRATION COMMAND, LAKEVIEW PARKWAY, SUFFOLK, VA 23435-2697
Zip Code: 23435
Country: UNITED STATES
 
Record
SN01308738-W 20070603/070604110222 (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.