Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 23, 2010 FBO #3102
SOLICITATION NOTICE

58 -- Fixed Site Ground Radios

Notice Date
5/21/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
N00244 FISC SAN DIEGO SEAL BEACH DETACHMENT 800 Seal Beach Blvd. Bldg 239 Seal Beach, CA
 
ZIP Code
00000
 
Solicitation Number
N0024410T0246
 
Response Due
6/11/2010
 
Archive Date
6/26/2010
 
Point of Contact
Cuc Tran (562) 626-7139 Cuc TranContract Specialist
 
E-Mail Address
Use this email to contact Contract Specialist
(Cuc.tran@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This Combined Synopsis/Solicitation issued to superseding Pre-solicitation Notice No N00244-10-R-0058 dated 3 May 2010. 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 N00244-10-T-0246. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-40 and DFARS Change Notice 20100430. 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: www.acqnet.gov/far and http://www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 334220 and the Small Business Standard is 750 employees. The Fleet and Industrial Supply Center, San Diego, Seal Beach Division has a requirement for the Fixed Site Ground Radios capable to support modern remote communications capability via remote monitoring, maintenance and tuning using computer controls (i.e., VOIP Ethernet and software defined support). The Government intends to solicit quotations as a small business set aside competitive basis. All interested offerors shall provide a quote for the following line items: CLIN 0001- (6 EA) Fixed Site Ground Radios including commercial manuals on CD ROMRockwell Collins Model 721S, Part Number 270-3148-030Or equal, Offering on: Manufacturer:Part No.: CLIN 0002- (4 EA) Fixed Site Ground Radios including commercial manuals on CD ROMRockwell Collins Model 721S, Part Number 270-3148-040Or equal, Offering on: Manufacturer:Part No.: CLIN 0003- (10 EA) RT Mounting Slide Kits Rockwell Collins Model 721S, Part Number 270-3148-300Or equal, Offering on: Manufacturer:Part No.: CLIN 0004 - (10 EA)RT Connector Matting Kits Rockwell Collins Model 721S, Part Number 270-3148-310Or equal, Offering on: Manufacturer:Part No.: CLIN 0005- (4 EA)-RCU 700 Remote Control Unit with 12VCD Power Supply Rockwell Collins Model 721S, Part Number 270-3148-061Or equal, Offering on: Manufacturer:Part No.: CLIN 0006- (1 LOT) Field Phone Support(1 year unlimited technical phone support) Salient Characteristics: The Fixed Site Ground Radios shall satisfy the following MINIMUM requirements as stated herein: CLIN 0001 - Fixed Site Ground Radio System shall be customizable to provide VHF, UHF, AM/FM (narrowband/wideband) frequency coverage in any specific band up to a full 116-400 MHz V/UVHF RT. Specific performance targets include: ability to have narrowband/wideband communications with ships/aircraft and ground personnel at distances in excess of 150 miles from San Clemente Island CLIN 0002 - Fixed Site Ground Radio System shall be customizable to provide VHF, UHF, AM/FM (narrowband/wideband) frequency coverage in any specific band up to a full 30-512 MHz. Specific performance targets include: ability to have communications with US Navy Small Boat Teams, US Coast Guard Teams, Homeland Security Teams, and other authorized personnel operating at distances in excess of 30 miles in the prohibited areas of Special Use Airspace R-5306. Software Defined Radio Architecture - Radio Systems shall have software defined radio architecture allowing full remote control, multiple radio networking, and remote management using open standard control and interface protocols. The Radio System shall allow full Radio Transceiver (TR) control as well as 2-way Voice Over Internet Protocol (VoIP) and Push-To-Talk (PTT) transmitter keying using an Ethernet Remote Control interface, and a single Ethernet cable (Cat-5 or Cat-6). Fully Integrated Radio System - The radio system shall be fully integrated with no need for external or add-on VoIP gateways or external Ethernet converters. Radio System using industry-standard voice Compression/Decompression Module (CODECs), protocols, interfaces, and operating systems are preferred. Modular Architeture - Radio System hardware shall have modular architecture and software shall be flexible providing easy upgrades to satisfy future VHF or UHF line-of-sight RF communications requirements. Ethernet Interface - Radio system shall use a single standard 10/100 Based-T Ethernet interface for radio control, keying, status, and audio via VoIP. Power Requirements - 90-250V AC, 48-62Hz single phase or 24-30V DC. Standard Audio Interface - 600 ohm balanced audio input/output, -10 to + 10 dBm output level. Ground key line required. Power Output - Minimum 30W output AM carrier@ 90%, 100W output FM. Receiver Sensitivity - -103dBm AM, -108dBm FM. Channel Spacing - 8.33 kHz, 12.5 kHz, 25 kHz Duty Cycle - 100% under all conditions JF12 Approval - Only radio systems with an existing JF12 approval and authorized for use on DoD installations in the specified frequency bands will be considered. Place of delivery are: CLINs 0001, 0003 (Qty 6) 0004 (Qty 6) Fleet Area Control & Surveillance Facility Detachment SCORE Naval Base Coronado, Bldg 1479San Diego, CA 92135-7062 CLINs 0002, 0003 (Qty 4) 0004 (Qty 4) 0005 and 0006 MCAS Cherry Point Bldg. 159 Bay T-4MCAS Cherry Point, NC 28533-0010 One (1) year warranty Only new equipment will be accepted. Equipment shall be factory tested and ready to be assembled and integrated into the subject range systems at delivery. The commercial manuals on CD ROM shall be delivered concurrent with the delivery of the equipment. Items shall be shipped FOB Destination. 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 Fleet and Industrial Supply Center, Seal Beach Detachment intends to award a firm-fixed price order based on the following: technically acceptable offer with the lowest total cost for the listed items. The following FAR provisions and clauses are applicable to this procurement: 52.211-6-Brand Name or Equal- As prescribed in 11.107(a), insert the following provision: Brand Name Or Equal (Aug 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- Meet the salient physical, functional, or performance characteristic specified in this solicitation; Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the contracting Officer; and Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation; 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): 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.219-8, Utilization of Small Business Concerns; 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, Affi! rmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-39, Notification of employee rights concerning Payment of Union Dues or Fees; 52.232-33, Payment by Electronic Funds Transfer Central Contractor 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. Award Criteria: Award will be made upon price reasonableness determination, contractor determination of responsibility within the meaning of FAR Part 9, and acceptance to the provisions set forth herein. Please specify compliance with the specifications or list any deviations when submitting your quote. To be determined technically acceptable the Offeror must furnish product literature 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. AS A MINIMUM, OFFERS SHALL INCLUDE: (1) Current Pricing (2) RFQ number (3) Company Name and address, (4) Point of contact, phone and fax numbers (5) Current CCR Registration CAGE Code, (6) Offered delivery time, (7) Tax Identification Number, (8) Dunn and Bradstreet number, (9) FOB Point, (10) Business size, (11) GSA contract number if applicable, payment terms, and all applicable specifications regarding this solicitation. (11) Provide copies of applicable commercially published price lists pertaining to your company's products that meet the specifications, along with applicable government discounts. Quoters 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/. Quoters 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 than 3:00 PM Local Time, (PST) 7/17/2009. Fax proposal to 562-626-7139 or Email: Cuc.tran@navy.mil Oral communications are not acceptable in response to this notice. Quotes submitted as an attachment to an email should be sent in Word Version 6.0 or higher. Do not mail.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/280/N0024410T0246/listing.html)
 
Place of Performance
Address: MCAS Cherry Point, Cherry Point, NC
Zip Code: 28533
 
Record
SN02156542-W 20100523/100521235049-b65b083525f8abd2bd9f5ca137efa2cf (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.