Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 30, 2008 FBO #2377
DOCUMENT

58 -- Central Interface Equipment - Sources Sought Notice

Notice Date
5/28/2008
 
Notice Type
Sources Sought Notice
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 55 CONS, 101 Washington Sq Bldg 40, Offutt AFB, Nebraska, 68113-2107, United States
 
ZIP Code
68113-2107
 
Solicitation Number
F3HSK18088A004
 
Response Due
6/2/2008 9:00:00 AM
 
Archive Date
6/17/2008
 
Point of Contact
Timothy J Sass,, Phone: 402-294-6393, Andrew L Peterson,, Phone: 402-232-8659
 
E-Mail Address
timothy.sass@offutt.af.mil, andrew1.peterson@offutt.af.mil
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought announcement only. This synopsis is issued for the sole purpose of the 55th Contracting Squadron to conduct Market Research in accordance with FAR Part 10. GENERAL DESCRIPTION: This acquisition is for Quintron DICES IV hardware, being added to identical hardware previously procured for the same remote operating site. USSTRATCOM requires a the DICES IV internal digital intercom and communications system for use as a TEMPEST- and DIA-certified, digital point-to-point, and point-to-multipoint intercom system that processes multiple inputs from various locations, while fully segregating the inputs based on their security classification level. The DICES IV system, consisting of 2RU thin client stations with an on-board single computer with VGA and data outputs for remote touch screen displays, and including fiber connections and six external audio input connections, is the only known system that fully meets the USSTRATCOM requirements. This acquisition will facilitate communications within and between USSTRATCOM operational locations, in direct support of the Command's assigned missions, requiring the concurrent capability to process and segregate multiple-point digital signals at various levels of classification, up to and including TS/SCI. A suitable substitute may be offered but will be subject to technical evaluation. The government is not bound by the contractor's interpretation of a suitable substitution. HOW TO SUBMIT: Respondents capable of performing this effort are requested to furnish a capability package. Please include your company's name, address, telephone number, point of contact with e-mail address, business size, Data Universal Numbering System (DUNS), Central Contractor Registration (CCR) number, Federal Cage Code, security clearance level, general description of the company with proven ability to meet requirements, and a description of similar contracts, to include agency name, contract number, dollar magnitude, performance period, and point of contact with telephone number. Your company must be registered in On Line Representations and Certifications (ORCA). To register, go to http://orca.bpn.gov. Respondents capable of performing this effort are requested to submit capability packages electronically. Electronic files should be in MS Office format (Word, Excel or PowerPoint) and should not exceed 1 GB, in order for the e-mail to pass through the Offutt LAN. Offutt AFB has firewalls that prohibit certain attachments. When sending documents, please indicate the type of the document in the message of the e-mail and rename that attachment by changing the extension's last character to an underscore. Example: capabilities.wpd should be renamed to capabilities.wp_. All packages should be UNCLASSIFIED material only. The electronic proposal shall be e-mailed to timothy.sass@offutt.af.mil. Packages should not exceed 10, one-sided, 8.5 x 11 inch pages, with one-inch margins and font no smaller than 10 point. A verification e-mail will be sent upon receipt (as a reply to your e-mail). If you do not receive verification, contact Tim Sass at (402) 294-6393 for further instructions. Reponses are due by close of business on 30 May 2008. Responses to this announcement should indicate whether the respondent is a small business, 8(a) concern, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, women-owned small business, or historically black college or university (HBCU) or minority institution (MI) (as defined by the clause at DFARS 252.226-7000). The North American Industrial Classification System (NAICS) is 541512; Small business size standard is $23M. CAPABILITY PACKAGE AND EVALUATION: The Government will identify competitive firms by evaluating the capability packages using the following evaluation criteria (14 items or equal). Each criteria will be rated as either pass or fail. A majority of the criteria must be rated as passing for an offeror's capability package to be deemed as competitive. Potential offers should be specific in demonstrating/referring to their capabilities, experience, and ability to meet the requirements of the technical areas stated below. CRITERIA: The following are the criteria that will be evaluated for meeting the Quintron Equipment or equal requirements. Line Item Qty Description 1.00 1 Interface Central Equipment Unit (ICEU), >40 Ports, 110VAC Dual Power Input, Quintron P/N: T23-133-075-2 2.00 1 LVDS Conversion Kit for Existing Customer SCEU to ICEU, Quintron P/N: T23-133-750-1 3.00 1 Power and I/O Distribution, Fiber/Copper, Quintron P/N: T23-075-075-2 4.00 20 Fiber I/O Card, Quintron P/N: P23-062-075-1 5.00 5 Keyset Interface Module, 4 Port, Quintron P/N: T23-116-075-1 6.00 20 Local -48VDC Power Supply, Quintron P/N: T20-061-750-2 7.00 20 Dices IV Thin Client Station, H/W Box (2RU) for Dedicated Touchscreen Monitor, includes 6 external audio input connections, fiber, Quintron P/N: T23-161-075-1 8.00 20 Flatscreen Monitor, Touchscreen, 10.4" Color, USB, Quintron P/N: Q903006 9.00 20 Dices IV Remote Headset Cable Assy, Double, Quintron P/N: T23-136-099-2 10.00 20 Headset Base Unit, LEMO, Quick Disconnect Output (-22.5DbV), Dual Channel, 15' Coil Cord, Quintron P/N: H23-013-075-1 11.00 20 Headset, Light Weight Upper, Binaural, Quintron P/N: H23-014-075-1 12.00 20 Footswitch, Quintron P/N: Q951096 13.00 1 Dices IV Final System Assembly and Test, Factory Test Acceptance, Documentation Update for Node Addition to Existing Dices IV System Package, Quintron P/N: ASSY-TEST 14.00 1 Common Carrier Shipment on Pallets, Quintron P/N: SHIPPING This RFI is not a commercial solicitation per FAR Part 12. This synopsis neither constitutes a Request for Proposal, nor does it restrict the Government to an ultimate acquisition approach. This Sources Sought should not be construed as a commitment by the Government for any purpose. Any information submitted by respondents to this sources sought is strictly voluntary and any offer submitted by such a firm will be evaluated without prejudice. The Government will not pay for any information that is submitted by respondents to this Sources Sought. Offerors should indicate their intent to submit a proposal if a Request for Proposal is issued and if their company will be a prime contractor, subcontractor, teaming partner, etc. Questions should be addressed via e-mail to only the contract administrator or contracting officer. Discussions will not be conducted telephonically. CONTACT: Tim Sass, Contract Administrator, phone 402-294-6393, Fax 402-294-7280, e-mail timothy.sass@offutt.af.mil; or Charles Jones, Contracting Officer, Phone 402-232-5032, Fax 402-294-7280, Email charles.jones@offutt.af.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=dde8fe69593f68be93824be615a111ae&tab=core&_cview=1)
 
Document(s)
Sources Sought Notice
 
File Name: Sources Sought Notice (Sources Sought.doc)
Link: https://www.fbo.gov//utils/view?id=cd4876bebca461c35c12581b85e17c4a
Bytes: 46.50 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Offutt AFB, NE, Offutt AFB, Nebraska, 68113, United States
Zip Code: 68113
 
Record
SN01582224-W 20080530/080528220917-dde8fe69593f68be93824be615a111ae (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.