Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 19, 2009 FBO #2701
SOLICITATION NOTICE

58 -- Radios- Communication Microwave Equipment

Notice Date
4/17/2009
 
Notice Type
Presolicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC San Diego Seal Beach Detachment, N00244 FISC SAN DIEGO SEAL BEACH DETACHMENT 800 Seal Beach Blvd. Bldg 239 Seal Beach, CA
 
ZIP Code
00000
 
Solicitation Number
N0024409R0036
 
Response Due
5/11/2009
 
Archive Date
5/26/2009
 
Point of Contact
Cuc Tran 562-626-7139<br />
 
Small Business Set-Aside
Total Small Business
 
Description
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 RFP number is N00244-09-R-0036. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-27 and DFARS Change Notice 20081112. It is the contractor's responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: http://www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. This requiremen! t is set aside to the small business firm. The NAICS code is 334220 and the Small Business Standard Size is 750 employees. The Government has a requirement for the UHF/VHF Radio system capable to operating Have-Quick I and II in the UHF band (225 to 400 MHz), Single Channel Ground and Airborne Radio System (SINCGARDS)-band VHF (30-88 MHz, and Advanced Narrow-Band Digital Voice Terminal (AN-DVT) over the entire 30 to 400 MHz band. All interested offerors shall provide a quote for the following line items: CLIN 0001- Clear Handheld UHF/VHF Radios system (Quantity of 32 each) meeting all of the following required specification: SPECIFICATIONFORUHF/VHF RADIO 1.0.REQUIREMENTS 1.1.ENCRYPTION CAPABLE RADIO1.1.1.Special Protocols and Requirements: When these options are ordered, the military radio shall be capable of operating Have-Quick I and II in the UHF band (225 to 400 MHz), Single Channel Ground and Airborne Radio System (SINCGARS) in the low-band VHF (30-88 MHz), and Advanced Narrow-Band Digital Voice Terminal (AN-DVT) over the entire 30 to 400 MHz band. The military radio shall operate in the following modes:.Clear Voice only (in all bands).Have-Quick I and II only (in the 225 to 400 MHz UHF band).ANDVT only (in all bands).SINCGARS only (in the 30 to 88 MHz low-VHF band)1.1.2.Front Panel Display and Controls: The military radio shall have a liquid crystal display (LCD), or equivalent, on the front of the unit that displays frequency, channel, modulation (AM or FM), and whether the military radio is in clear voice, or Have Quick, SINCGARS, or ANDVT operation. The radio operator shall be capable of using a keypad on the front panel of the radio to modify operating parameters of the radio.1.1.3.Frequency Bands: The military radio shall operate on any of the following bands:1.1.3.1.Low-VHF: 30 to 88 MHz1.1.3.2.VHF: 118 to 174 MHz1.1.3.3.UHF: 225 to 400 MHz1.1.4.Number of Channels: The clear radio shall have a minimum of 16-channels. The radio operator shall be able to select any of the 16 channels.1.1.5.RF Output Power: The military radio, when operating in the portable configuration, shall operate on 5 Watts, minimum, over all of the frequency bands stated in Section 1.1.1.1.1.6.Modulation: The military radio shall operate on FM in the 30 to 88 MHz band, AM and FM in the 118 to 174 MHz bands, and AM in the 225 to 400 MHz band.1.1.7.Military 150 Hz Squelch Tone: The military radio shall be capable of transmitting and receiving the standard military 150 Hz squelch tone in the 30 to 87.5 MHz frequency band. The radio operator shall be able enable or disable this feature.1.1.8.Receiver Sensitivity: -110 dBm, or better, over all frequency bands1.1.9.Selectivity/Adjacent Channel Rejection: -45 dBm, or better, over all frequency bands1.1.10.Spurious and Image Rejection: -55 dBm, or better, over all frequency bands1.1.11.Mean-Time Between Failure: 11,000 hours, or better1.1.12.Interoperability: The military radio shall be compatible with the ITT PRC-119, Rockwell-Collins AN/GRC-171, Harris AN/PRC-117, and the Rockwell-Collins AN/ARC-210 radios when operating in the clear, SINCGARS, and Have-Quick modes.1.1.13.Interface Requirements: The military radio shall also have an interface to input and process GPS data from the Rockwell-Collins Precision Lightweight Global Receiver (PLGR) and Defense Advanced Global Positioning System Receiver (DAGR) GPS units.1.1.14.Power Source: The military radio shall operate on batteries (commercial or manufacturer proprietary), standard commercial AC power (110 VAC/60 Hz), and 12 or 24 Volt DC.1.1.15.Dimensions: The military radio, including the battery and excluding the antenna, shall be no more than 9 inches by 3 inches by 3 inches to fit in the palm of the hand when in the portable configuration AND under a standard vehicle dashboard in the vehicle configuration.1.1.16.Weight: The military radio, including the battery, shall weight no more than 5 lbs. This will enable the radio to be held by one hand during portable operation.1.1.17.Environmental: The military radio shall tolerate the following environmental conditions:1.1.17.1.1.Operating Temperature: 30F to 130F1.1.17.1.2.Relative Humidity: 0 to 90%, non-condensing1.1.17.2.Immersion: The radio shall tolerate immersion in water with a depth of at least 2 feet.1.1.17.3.Standard Hardware: The contractor shall provide one (1) set of antennas, one (1) set of batteries, one (1) belt clip/holster, and one (1) carrying bag or case to transport the radio, antenna, and batteries. If a keyfill adapter is required to input keying for Have-Quick, SINCGARS, and ANDVT, this equipment shall be provided as standard hardware. The antennas shall be no longer than 4 feet long and -inch in diameter. The contractor shall provide one, or more, antennas that are capable of operating over the entire 30 to 88 MHz, and 118 to 400 MHz frequency band. (For example, a complete set of antennas is considered as one antenna operating over 30 to 88 MHz and another operates on the 118 to 400 MHz band.) 1.2.Have-Quick OptionThe military radio, when equipped with the Have-Quick option, shall satisfy the following requirements:1.2.1.The military radio shall operate in standard U.S. and NATO military Have-Quick I and II and clear-voice modes. In addition, this option shall not degrade the clear voice and any other secure modes, such SINCGARS and ANDVT, installed on the radio.1.2.2.Standard military Have-Quick I and II tactical and training nets shall be selectable on the military radio.1.2.3.The military radio shall be capable of manual and electronic loading the frequency hopset operating parameters.1.2.4.The military radio shall operate with the Rockwell-Collins AN/ARC-210 and AN/GRC-171, and the Harris AN/PRC-117 radios when operating in clear voice or Have-Quick I and II modes. 1.3.SINCGARS OptionThe military radio, when equipped with Single-Channel Ground Air Radio System (SINCGARS) option, shall satisfy the following requirements:1.3.1.The military radio shall operate in standard U.S. military SINCGARS mode. In addition, this option shall not degrade the clear voice and any other secure modes, such Have-Quick and ANDVT, installed on the radio.1.3.2.Standard tactical and training nets shall be selectable on the military radio.1.3.3.The military radio shall be capable of manual and electronic loading the frequency hopset operating parameters.1.3.4.The military radio shall operate with the Rockwell-Collins AN/ARC-210, Harris AN/PRC-117, and ITT PRC-119 radios when operating in clear voice or SINCGARS modes.1.3.5.This option shall support the standard military 150 Hz squelch tone. 1.4.ANDVT Option The military radio, when equipped with Advanced Narrowband Digital Voice Terminal (ANDVT) option, shall satisfy the following requirements:1.4.1.The military radio shall operate in standard U.S. military ANDVT mode. In addition, this option shall not degrade the clear voice and any other secure modes, such Have-Quick and SINCGARS, installed on the radio.1.4.2.The military radio shall be capable of manual and electronic loading ANDVT operating parameters.1.4.3.The military radio shall operate with any device that operates using ANDVT. 1.5.PC Programming SoftwareThe programming software shall allow the user to program radio parameters, such as operating frequency and modulation, on both the military and clear radios. If Have Quick, SINCGARS, and/or ANDVT are installed on the military radios, the programming software shall allow the radio operator to input parameters for any of these waveforms. The programming software shall operate on the Microsoft Windows 2000 or XP operating systems. The programming software shall be provided on standard CD-R or CD-RW disks. The contractor shall also provide one (1) sets of cable to connect the radio to a standard Windows-based computer. The cable shall terminate in a DB-9 serial connector on the computer end. 1.6.Replacement Programming CableOne (1) sets of cable to connect both the clear and military radios to a standard Windows-based computer shall be provided with this option. The cable shall terminate in a DB-9 serial connector on the computer end. 1.7.Cloning CableThe cloning cable shall allow the radio operator to transfer operating parameters on one radio to a second radio. At the minimum, the operating parameters shall consist of operating frequency, modulation (AM or FM), RF output power, and mode (clear, Have-Quick, SINCGARS, and/or ANDVT). The cloning capability shall be available on both the clear voice only AND the encryption capable radios. 1.8.Vehicular Adapter SystemThe contractor shall provide hardware allowing the user to operate both the clear and military radios in a standard commercial SUV, such as a Ford Explorer, or a military Humvee. For each vehicular configuration ordered, the contractor shall provide one (1) set of shock mount hardware, one (1) integrated vehicular adapter with remote head, and one (1) speaker. Requirements for this equipment are described below:1.8.1.Vehicular Configuration Physical Dimensions and Weight: Excluding the radio and antenna, the vehicular configuration hardware shall be no larger than 9 inches (high) x 18 inches (width) x 18 inches (depth), and weigh no more than 20 lbs.1.8.2.Integrated Vehicular Adapter: The Integrated Vehicular Adapter (IVA) shall allow the operator to use the radio in a vehicle or fixed site application. The IVA shall consist of an RF amplifier, transmit/receive filtering, and DC-to-DC converter. The RF amplifier shall allow the radio to broadcast at 50 Watts over the 30 to 88 MHz, 118 to 174 MHz, and 225 to 400 MHz frequency bands. The transmit/receive filtering shall provide at least 60 dB of isolation at least 20% of the band away from the center frequency. The DC-to-DC converter shall provide power to the IVA, and shall operate on 12 to 32 VDC source. The radios, when in portable configuration, shall be capable of being inserted into the IVA without modification to either the radio, or the IVA. Radios without this capability will not be acceptable. The IVA shall also be compatible with the Have-Quick, SINCGARS, and ANDVT when operating with the military radio, and SINCGARS for the clear radio. Control of these features shall be done through the remote head stated below. The IVA shall have the following connectors:.RF Connector: N-type female.Power Source: A standard military or commercial connector for the external 12 to 32 VDC source..Audio Connector: A connector to allow connection of a speaker, handset, and/or speaker/microphone.The remote head shall consist of hardware that allows the operator to use the radio at a distance of at least 10 feet from the vehicular adapter. The operator shall be able to change parameters, such as operating frequency, RF output power, modulation, and mode (Have Quick, SINCGARS, ANDVT, and clear voice). In addition, the contractor shall provide connectors on the remote head for external handsets, microphones and speakers. The contractor shall also provide hardware to mount the radio under the dashboard of a standard SUV or military Humvee, and the cabling necessary to mount the remote head a distance of at least 10 feet away from the IVA. The remote head shall be detachable from the IVA.1.8.3.Speaker for the IVA: The speaker shall project the audio from the radio to an operator that is three feet away. The contractor shall provide cables to connect input of the speaker to the audio output of the IVA. The length of cables shall be at least 3 feet long.1.8.4.Shock Mount Hardware: This hardware shall mount the radio and the integrated vehicular adapter (IVA) under the dashboard of a standard SUV, such as a Ford Explorer, or a military Humvee. At the minimum, the shock mount hardware shall satisfy EIA-603-1992 for shock and vibration. 1.9.Integrated Vehicular AdapterThe contractor shall provide one (1) IVA satisfying requirements given in Section 1.8.2. 1.10.AC Adapter (for the IVA)The AC adapter shall allow operation of the IVA on standard commercial 110 VAC, 60 Hz power. The AC adapter shall convert standard 110 VAC, 60 Hz to 12 to 32 VDC. The AC adapter shall also have a plug or connector that connects it to the input of the IVA. The minimum length of cable for the AC adapter is 6 feet. 1.11.Portable Wideband AntennaThe portable low-band VHF antenna shall operate over the entire 118 to 174 MHz and 225 to 400 MHz frequency band. This antenna shall have a gain of no worse than -10 dBi over the entire band. The antenna shall be no more than 18 inches long and 1-inch in diameter, and weigh no more than 5 lbs. The antenna shall attach directly to the antenna port of the radio. 1.12.Portable Low-Band VHF AntennaThe portable low-band VHF antenna shall operate over the entire 30 to 88 MHz frequency band. This antenna shall have a gain of no worse than -10 dBi over the entire band. The antenna shall be no more than 4 feet long and 1-inch in diameter, and weigh no more than 5 lbs. The antenna shall attach directly to the antenna port of the radio. 1.13.Power ConverterThe power converter shall allow both the clear and military radio to be operated on 12 VDC to 32 VDC power sources. The power converter shall also be capable of recharging the battery while the battery is still connected to the radio. The power converter shall be no larger than 6 inches (length) x 6 inches (width) x 4 inches (depth). 1.14.Cable Kit for Power InterfaceFor this option, the contractor shall provide all the necessary cables and hardware to operate the power converter stated in Section 1.13 on the following power sources: 1.14.1.Standard vehicle 12 VDC cigarette lighter1.14.2.Standard military BB-590 or BA-5590 battery1.14.3.Any 12 to 32 VDC power source, such as batteries or power supplies. The cables shall be terminated with spades to connect to any battery or DC power source. 1.15.BatteryThe contractor shall provide rechargeable batteries for each radio to operate both the clear and military radio for a minimum of eight (8) hours at duty cycle of 10% transmit, 10% receive, and 80% standby. The batteries shall be standard commercial alkaline batteries, standard military BB-590 or BA-5590 batteries, or lithium-ion batteries. 1.16.Multi-Unit Battery ChargerThe contractor shall provide a multi-unit battery charger that will be able to charge at least six (6), or more, radio batteries simultaneously. The multi-unit battery charger shall completely charge a battery in a maximum time of four hours. The unit, without the batteries, shall be no larger than 18 inches by 12 inches by 6 inches, and weight no more than 10 lbs. 1.17.DocumentationThe contractor shall provide one (1) copy of the commercial off-the-shelf manual for each military and clear radio ordered. This manual shall consist of instructions on how to operate and troubleshoot the radios and all of the options and accessories listed in this document. 2.0.Classified Equipment Shipping and HandlingThe contractor shall inform the Contracting Officer if the radio contains classified circuitry or software. If it does, the contractor shall be responsible for coordinating the proper shipping and handling of Communications Security Material System (CMS) hardware with NSWC Corona Division (FT 31) and the activity/agency receiving the equipment. 3.0.Shipping and Lead TimeThe shipping address for the system is Norco. From the date that the order is placed, the contractor shall take no longer than nine months to deliver the equipment. Items shall be delivered FOB Destination and be completed in accordance with the contractor's commercial schedule. The contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the contract, be responsible for any loss of and/or damage to the goods occurring in the contract, and pay all charges to the specified point of delivery. The contractor shall delivered all line items to Naval Surface Warfare Center, Corona Division, 2300 Fifth Street, Bldg 504, ATTN: Jessica Honeyfield, FT31, Norco, CA 92860.Required delivery 9 months after receipt of order. The Government will evaluate the quotations based on the following evaluation criteria: 1) Technical Capability factor "Meeting the Requirement" 2) Price and 3) Past Performance. Evaluation of Technical Capability shall be based on the information provided in the quotation. Quotations shall include the make and model of the products, manufacturers sales literature or other product literature, which clearly documents that the offered product(s) meet the specifications stated above. Past Performance will be evaluated to determine the overall quality of the products and services, provided by the contractor. Evaluation of Past Performance shall be based on the references provided IAW FAR 52.212-1(b)(10) and /or information from other sources. Quoters shall provide a list of three (3) references to whom the same or similar products have been sold. The list of references shall include the name of the reference contact person; the contract number, the amount of contract and the address, telephone number, fax number, email address of the Contracting Officer, and the date of delivery or the date services were completed. Offerors shall submit the following: (1) A quotation which address line item (2) The technical description and/or product literature (3) Description of commercial warranty and 4) The most recent published price list, (5) Offered delivery time, (6) Tax Identification Number, (7) Dunn and Bradstreet number, (8) FOB Point,. The offeror shall include a statement "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition.", or list any exception(s) and rationale for the exception(s). The Government intends to award a firm-fixed price contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein based on the following: technically acceptable offer with the lowest total cost for the listed items in the specification, and contractor determination of responsibility within the meaning of FAR Part 9, and acceptance to the provisions set forth herein. All prospective offerors are cautioned that in the event the Government is unable to determine price reasonableness based on the offers received and market analysis, the Government will not issue a contract. This decision is solely the decision and the right of the Government. All efforts performed and all cost expended by prospective offerors in providing information requested by the solicitation are not subject to reimbursement by the Government. The following FAR provisions and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors Commercial Items; 52.212-3 ALT I, Offeror Representations and Certifications Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.247-34, F.O.B. Destination; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items with the following clauses applicable to paragraph (b): Convict Labor; 52.222-19, Child Labor Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 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; 52.232-33, Payment by Electronic Funds Transfer Central Contrac! tor Registration. Quoters are reminded to include a completed copy of 52.212-3 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 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7012, Preference for Domestic Commodities; 252.247-7023, Transportation of Supplies by Sea; 252.247-7024, Notification of Transportation of Supplies by Sea. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. All responsible sources may submit a quote, which shall be considered by the agency. To be determined technically acceptable the Offeror must furnish product literat! ure and technical information that demonstrates, through its proposal, the ability to meet all requirements as stated in the Specifications. Each response must clearly indicate the capability of the offeror to meet all specifications and requirements. Offerors must be registered in the CCR database to be considered for award. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or on the internet. Registration is free and can be completed on-line at http://www.ccr.gov/. Offerors should also complete their Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. This announcement will close and quotes must be received no later than3:00 PM Local Time, on 05/11/2009. Any questions regarding this solicitation should be forwarded in writing via email to the Contract Specialist at Cuc.tran@navy.mil. Email proposals to Cuc.Tran@navy.mil. Quotes submitted as an attachment to an email should be sent in Word Version 6.0 or higher. Faxed quotes will not be accepted. Oral communications are not acceptable in response to this notice.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0f176b0d9b79a673ae797f74493f83c0&tab=core&_cview=1)
 
Place of Performance
Address: Naval Surface Warfare Center2300 5th street, Norco, CA<br />
Zip Code: 92860<br />
 
Record
SN01795686-W 20090419/090417215648-f5bc4b2b258d48a508ffb4cfec510ec2 (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.