SOLICITATION NOTICE
58 -- COMMUNICATION, DETECTION AND COHERENT RADIATION EQUIPMENT
- Notice Date
- 7/10/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334290
— Other Communications Equipment Manufacturing
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NSWC Dahlgren Division, 17362 Dahlgren Road, Suite 157, Dahlgren, Virginia, 22448-5100, United States
- ZIP Code
- 22448-5100
- Solicitation Number
- N0017814R3041
- Archive Date
- 8/8/2014
- Point of Contact
- Deborah Dobson, Phone: 540-653-4204
- E-Mail Address
-
deborah.dobson@navy.mil
(deborah.dobson@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- This synopsis/solicitation is being posted to both the Federal Business Opportunities (FBO) page located at http://www.fbo.gov and the Navy Electronic Commerce on Line (NECO) site located at http://www.neco.navy.mil. While it is understood that FBO is a single point of entry for posting of synopsis and solicitations to the internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access the information posted by the Naval Sea Systems Command. 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. Synopsis/Solicitation N00178-14-R-3041 is issued as a Request for Quotation (RFQ). The synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular. The Naval Surface Warfare Center, Dahlgren Division (NSWCDD), intends to procure on a sole source basis, one (1) Blackbird NextGen Model 2621 HF Receiver with options and field engineer services. The equipment will replace existing Blackbird systems, utilizing similar documentation and training material. TCI International Inc. has acquired the rights to manufacture the Blackbird. This procurement is to procure and test the latest version of Blackbird for use as a potential replacement for current or future installations. CLIN 0001: Qty. 1 - TCI Model 850-4-001 Blackbird NextGen, including: TCI Model 8240 RF Professor configured with Model 2621 HF Receiver, Model 2614 VHF/UHF Receiver, 20-3000MHz with up to 40MHz instantaneous bandwidth, Dual channel ADC/FPGA module, Digital down-converters (DDCs), GPS receiver, 10Gb Ethernet interface, GPS antenna, Blackbird server computer, rackmount with 10Gb Ethernet interface to 8240, Blackbird client computer (laptop), Blackbird NextGen server and client software (1 client license) and documentation. Also, includes standard warranty support 12 months. CLIN 0002: Qty. 1 - Option WBR-1, TCI Model 3265 Wideband IQ Storage Array, dual channel, 6TB (raw) capacity CLIN 0003: Qty. 1 - Option MRS-1, Blackbird server modulation recognition software option CLIN 0004: Qty. 1 - Option Rack mount Transit Case. Pre-installation and configuration of hardware components into transit case. CLIN 0005: Qty. 1 - Option ASR - Snapshot Radio Audio File Player CLIN 0006: Qty. 1 - Option WCODE - Signal Analysis and Decode Suite CLIN 0007: Qty. 1 - Option WCLNB - Narrowband Signal Classifier (requires option WCODE) CLIN 0008: Qty. 1 - Option WCLWB - Wideband Signal Classifier (requires option WCODE, includes WCLNB) CLIN 0009: Qty. 1 - Option WBV - Bit Stream Analysis Software (requires option WCODE) CLIN 0010: Qty. 1 - Option SWUPD-2 Blackbird NextGen Software Update Service, 2 year CLIN 0011: Qty. 1 - Option Training at CDSA Dam Neck - TCI pays for airfares, lodging, local transportation, meals, and incidental expenses TCI BLACKBIRD NEXTGEN OPERATIONS AND MAINTENANCE TRAINING CLASS STATEMENT OF WORK 1.0 GENERAL Combat Direction System Activity-Dam Neck (CDSA-DN) F11 has a requirement for TCI Blackbird NextGen operations and maintenance training. 2.0 APPLICABLE DOCUMENTS: 2.1 TCI Blackbird NextGen Training Media 2.2 TCI Blackbird NextGen Operations Instructional Manual 2.3 TCI Blackbird NextGen Maintenance Manual 3.0 REQUIREMENTS The contractor shall provide a training class for the operations and maintenance of the TCI Blackbird NextGen system per TCI Blackbird NextGenTraining Media, TCI Blackbird NextGen Operations Instructional Manual, and TCI Blackbird NextGen Maintenance Manual. 3.1 Training Overview 3.1.1 The one (1) day training shall be conducted at the government facility, CDSA-Dam Neck, at 1922 Regulus Ave, Virginia Beach, VA 23464. Training shall be from TCI Blackbird NextGenTraining Media. 3.1.2 Training class: Class size shall be for up to five (5) personnel. 3.1.3 Training class hours: Class hours shall be 08:00 AM to 4:30 PM. 3.1.4 Training dates follow: Any week after Government receipt of the TCI Blackbird NextGen. The week chosen shall be coordinated with the Technical Point of Contact below. 3.2 Training Materials 3.2.1 The contractor shall provide the instructors, training media, and training manuals required to complete the training. 3.2.2 Equipment usage shall be coordinated with the Technical Point of Contact below. 4.0 TECHNICAL POINT OF CONTACT Mike Haag CDSA Dam Neck Special Sensors Branch, F11 Office (757) 492-6097 DSN 492-6097 Unit of Issue for CLINs 0001-0010 shall be EACH. CLIN 0011 shall be LOT Delivery Terms shall be FOB Destination (Dahlgren, VA) Delivery Time shall be: CLINs 0001 - 0011 60 days ARO or less The following provisions and clauses are applicable to this procurement: The provision at 52.212-1, Instruction to Offerors-Commercial, applies to this acquisition. The provision at 52.212-2, Evaluation-Commercial Items, applies to this acquisition. 52.212.2, Paragraph A (Evaluation Criteria in order of importance) is as follows: Lowest cost, technically acceptable quote will receive award Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with their offer. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The clause at 252.211-7003, Item Identification and Valuation-applies to this acquisition. The clause at Sea HQ C-2-0024, Extension of Commercial Warranty (NAVSEA)-applies to this acquisition. Simplified Acquisition Procedures (SAP) will be utilized for award in accordance with FAR Part 12. The order shall be firm fixed price. DFAR 252.232-7003 (Electronic Submission of Payment Requests and Receiving Reports) is applicable to this purchase. All responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. In order to be eligible for award, firms must be registered in the System for Award Management (SAM). Offerors may obtain information on registration in SAM by calling 866-606-8220, or via the Internet at https://www.sam.gov. Quote is due 24 July 2014, no later than 12:00 p.m. (local NSWCDD time) with an anticipated award date by 25 August 2014. Questions and responses regarding this synopsis/solicitation may be submitted by Email to Deborah.dobson@navy.mil. Email should reference Synopsis/Solicitation Number N00178-14-R-3041 in the subject line.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00178/N0017814R3041/listing.html)
- Record
- SN03421691-W 20140712/140711000101-51d4d11dbe457a96a2adb438d2681c5a (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 |