SOLICITATION NOTICE
66 -- Backpack and Rack-mounted Public Safety System - RFQ NB671000-18-00882
- Notice Date
- 1/4/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B130, Gaithersburg, Maryland, 20899-1410, United States
- ZIP Code
- 20899-1410
- Solicitation Number
- NB671000-18-00882
- Archive Date
- 2/8/2018
- Point of Contact
- Aron Krischel, Phone: 3034973032
- E-Mail Address
-
aron.krischel@nist.gov
(aron.krischel@nist.gov)
- Small Business Set-Aside
- N/A
- Description
- RFQ NB671000-18-00882 Rack-Mounted and Backpack Public Safety System DESCRIPTION: THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVLAUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED AND A SEPARATE WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THE SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC-89) 1352.215-72 INQUIRIES (APR 2010) Offerors must submit all questions concerning this solicitation in writing to the contract specialist within seven (7) days of the posting. All responses to the questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract. (end of provision) The associated North American Industrial Classification System (NAICS) code for this procurement is 334220 with a small business size standard of 1250 employees. This requirement is being competed as full and open competition. All interested responsible business concerns, regardless of size, may submit a quotation. The National Institute of Standards and Technology (NIST) has a requirement for the purchase of Back Pack and Rack-Mounted Public Safety System. Attached are the Specifications for solicitation NB671000-18-00882. Please submit a quote for the required NEON One (1) Rack-Mounted and One (1) Backpack LTE System that meet the requirements. This RFQ is conducted under the authority of FAR 13 Simplified Acquisitions with NAICS code 334519, Other Measuring and Controlling Device Manufacturing, having a Small Business Size Standard of 500 employees. All communications and documents must include the solicitation # NB671000-18-00882. Please email your quote to me at aron.krischel@nist.gov no later than January 5, 2018, 1:30 PM Mountain. Please direct any questions regarding this solicitation to Aron Krischel, Contracting Officer, at aron.krischel@nist.gov no later than December 27, 2017. Your quote must meet all requirements of FAR 52.212-1, as well as include the following information: •Information sufficient to demonstrate you can meet or exceed the requirements in the Specifications. •Firm fixed price quote for one (1) rack-mounted and (1) backpack LTE system. •Payment Terms: Net 30. •The requested delivery is within 42 days after receipt of the order (ARO). FOB Destination for delivery to NIST, 325 Broadway, Boulder, CO 80305. Delivery point of contact will be provided upon award. •Company DUNS No. To be eligible for this award, the quoter must be registered with the System for Award Management at www.sam.gov., and have completed the Representations and Certifications therein for the specified NAICS code, or submit separate Representations and Certifications if the specified NAICS code is not listed in their SAM registration. The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Quoter shall clearly demonstrate their ability to meet the technical requirements and deliverable schedule as outlined in this solicitation. Quote shall include shipping costs. NIST reserves the right to ship under NIST provided account. BASIS OF AWARD: Award shall be made to the Lowest Price Technically Acceptable (LPTA) quote, based upon the technical specifications as detailed within the attached Specifications. This will be a firm fixed price purchase order. The Government intends to evaluate quotations and issue a purchase order based on the initial quotations received. Therefore, the quoter's initial quotation should contain the quoter's best terms from a price and technical standpoint. The Government reserves the right to request revised quotations from, or negotiate final purchase order terms with, one or more, but not all, quoters if later determined by the Contracting Officer to be necessary. However, the Contracting Officer will not establish a competitive range, conduct discussions, or otherwise use the procedures described at FAR 15.306. The Government may reject any or all quotations if such action is in the public interest; and issue a purchase order to other than the quoter with the lowest priced quotation. TECHNICAL CAPABILITY: Evaluation of Technical Capability will be based on the information provided in the quotation. Documentation submitted in the quotation shall be evaluated to determine that the proposed equipment meets or exceeds the Governments minimum required specifications. Failure to clearly and unambiguously demonstrate this will result in an "unacceptable" technical rating. PRICE: Price shall be evaluated for reasonableness. FAR 52.212-2, Evaluation - Commercial Items, applies to this acquisition. The Government will award a fixed price contract to the Lowest Price Technically Acceptable (LPTA) quote, based upon the technical specifications as detailed within the attached statement of work. FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items. The quoter must have completed the Online Representations and Certifications Application (ORCA), which must be uploaded to the System for Award Management (SAM) at www.sam.gov. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders -- Commercial Items applies to this acquisition. Additional FAR 52.212-5 clauses cited in the clause applicable to this acquisition are: 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-19, Child Labor - Cooperation With Authorities And Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Equal Opportunity for Workers with Disabilities 52.222-50, Combating Trafficking in Persons 52.223-18, Contractor Policy to Ban Text Messaging While Driving 52.225-1, Buy American Act-Supplies 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer FAR 52.252-1, Solicitation Provisions Incorporated by Reference: This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The quoter is cautioned that the listed provisions may include blocks that must be completed by the quoter and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the quoter may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): at http://acquisition.gov/comp/far/index.html and http://www.osec.doc.gov/oam/acquistion_management/policy/default.htm FAR 52.225-18 - Place of Manufacture. FAR 52.232-15, Progress Payments Not Included CAR 1352.213-70, Evaluation Using Simplified Acquisition Procedures CAR 1352.215-70, Proposal Preparation CAR 1352.233-70, Agency Protests CAR 1352.233-71, GAO and Court of Federal Claims Protests FAR 52.252-2, Clauses Incorporated by Reference: This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://acquisition.gov/comp/far/index.html and http://www.osec.doc.gov/oam/acquistion_management/policy/default.htm FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors. FAR 52.247-34, FOB Destination CAR 1352.201-70, Contracting Officer's Authority CAR 1352.209-73, Compliance with the Laws CAR 1352.209-74, Organizational Conflict of Interest CAR 1352.246-70, Place of Acceptance (APR 2010) (a) The Contracting Officer or the duly authorized representative will accept supplies and services to be provided under this contract. (b) The place of acceptance will be: NIST Shipping and Receiving 325 Broadway Boulder, CO 80305 NIST LOCAL-04 BILLING INSTRUCTIONS (a) NIST prefers electronic Invoice/Voucher submissions and they should be emailed to INVOICE@NIST.GOV. (b) Each Invoice or Voucher submitted shall include the following: (1) Contract Number. (2) Contractor Name and Address. (3) Date of Invoice. (4) Invoice Number. (5) Amount of Invoice and Cumulative Amount Invoiced to-date. (6) Contract Line Item Number (CLIN). (7) Description, Quantity, Unit of Measure, Unit Price, and Extended Price of Supplies/Services Delivered. (8) Prompt Payment Discount Terms, if Offered. (9) Any other information or documentation required by the contract. (c) In the event electronic submissions are not used, The Contractor shall submit an original invoice or voucher in accordance with the payment provisions of this contract to: NIST Accounts Payable Office 100 Bureau Drive, Mail Stop 1621 Gaithersburg, MD 20899-1621 NIST LOCAL - 39, NIST LOCAL-39 MARKING/PACKING INSTRUCTIONS (1)If the total contract/order includes multiple quantities of the same or like item(s), segregated as separate CLIN/Item numbers, deliverables shall be packed accordingly. Each individual Package / container in the shipment shall include deliverables on a per-CLIN or Item basis. (2) For each shipment made under this contract/order, the Contractor shall furnish itemized packing list(s), enumerating the specific contents of each shipping container and what specific individual Components constitute a full and complete "unit" for each bid item. The packing list shall include the brief description of each item found in the Schedule. If more than one container is Required for each unit, each container should be marked accordingly, e.g., "Box 1 of 2," "Box 2 of 2," and the boxes, where feasible, should be taped or shrink-wrapped together as an issuable unit. (3) The contract number AND CONTRACT LINE ITEM NUMBER (CLIN) OR ORDER ITEM NUMBER shall be placed on the exterior of all containers. If you have any questions, please do not hesitate to contact me at aron.krischel@nist.gov. Aron Krischel Contracting Officer for National Institute of Technology 325 Broadway Boulder, CO 80305 SPECIFICATIONS TITLE: Rack-Mounted and Backpack Band-14 Public Safety LTE Deployable Systems LAB REQUESTING SERVICE: Communications Technology Laboratory (CTL), Public Safety Communications Research (PSCR) Division I.BACKGROUND INFORMATION The PSCR Division provides research, development, testing, and evaluation to foster nationwide communications interoperability. In pursuit of this goal, PSCR is building a Rapidly Deployed Research Platform (RDRP) for research purposes under the funding of the Department of Homeland Security (DHS). The purpose of this action is to acquire one (1) rack-mounted and one (1) backpack USA band-14 public safety LTE system. These systems are critical components of the RDRP. Besides providing the researchers with options of different types of deployable systems (DS), a rack mounted DS and a backpack DS would also enable other researched topics such as handovers, interferences, and applications leverage across two systems. II.SCOPE OF WORK The Contractor shall provide two self-contained band-14 LTE systems: one rack-mounted and one backpack-contained that conform to the below specifications. III.SPECIFICATIONS As follows: A.Rack-Mounted Self-Contained Band-14 LTE System 1.Operating DL band758-768 MHz 2.Operating UL band788-798 MHz 3.Dimensions5.25 in. H x 19 in. W x 24 in. D 4.Internal CPUIntel Core i7 Processor or Equivalent 5.Interfaces2 x SGi Ethernet Ports. Integrated Ethernet ports so system status and configurations can be accessed via these interfaces. Easily configured and software upgradeable via USB port. 6.Input Voltage110 - 240 VAC 7.Operating Temperature 0 to 40C 8.Active Sessions200 9.Powering UpSingle switch power operated (off/standby/on) 10.LTE Sub-ComponentseNodeB 2 x 5W MIMO, EPC w/ HSS 11.MountingStandard 19 inches, rack mountable, four posts 12.LTE systemSingle unit, stand-alone, all-in-one enclosure with integrated Core Network (EPC, HSS, SGW, PGW) and eNodeB components to support fully functional standalone operation as well as extension of an existing LTE network. Shall be configurable for SISO and MIMO operations 13.OperationalEasy to use and operational within 5 minutes or less 14.Additional ResourcesSufficient resources to host embedded applications, such as, group messaging services, location based services, PCRF, IMS, etc. Minimum 8GB RAM of memory. Minimum 128 GB storage 15.Voice supportMinimum SIP voice capability. Goal: VOLTE, MCVPTT 16.3GPP Release CompatibilityMinimum Release 9 for eNB, Release 10 for EPC 17.User InterfaceGUI Web/Management application system accessible for configuration setting and maintenance 18.SIM Cards20 micro SIM cards already provisioned for the system 19.Antennas2 for the mentioned operating bands 20.SoftwareSystem software and management software come with the system B.Backpack Self-Contained Band-14 LTE System 1.Operating DL band758-768 MHz 2.Operating UL band788-798 MHz 3.WeightUnder 31 pounds (lbs) 4. Dimensions17 in. H x 12 in. W x 5 in. D 5. InterfacesUSB, Ethernet. Integrated Ethernet ports so system status and configurations can be accessed via these interfaces. Easily configured and software upgradeable via USB port 6. Input Voltage12 - 35 VDC 7. Operating Temperature -40 to +55C 8. Active Sessions64 9. EnvironmentOutdoor, indoor, IP67 rating 10. Powering UpSingle switch power operated (off/standby/on) 11.LTE ComponentseNodeB 2 x 3W MIMO, EPC w/ HSS 12.Power SourcesAC and DC. Must include battery pack for rapid deployment. Transportable and rechargeable battery packs. 13.LTE SystemSingle unit, stand-alone, all-in-one enclosure with integrated Core Network (EPC, HSS, SGW, PGW) and eNodeB components to support fully functional standalone operation as well as extension of an existing LTE network. Shall be configurable for SISO and MIMO operations 14.3GPP Release CompatibilityMinimum Release 9 for eNB, release 10 for EPC 15.Voice SupportMinimum SIP voice capability 16.OperationalWithin 5 minutes or less 17.User InterfaceGUI Web/Management application system accessible for configuration setting and maintenance 18.SIM Cards20 micro SIM cards already provisioned for the System 19.Antennas2 for the mentioned operating bands 20.SoftwareSystem software and management software come with the system IV.DELIVERY Forty-two (42) days after receipt of order (ARO) V.DELIVERABLES DescriptionQtyDue Date Rack-mounted band-14 LTE system142 days ARO Backpack band-14 LTE system142 days ARO Annual maintenance, upgrades, and support - one year142 days ARO VI.PLACE OF PERFORMANCE Annual maintenance, upgrades, and support will be performed via on-site at NIST-Boulder-CO/phone/WEB. VII.PERFORMANCE REQUIREMENT SUMMARY Prior to acceptance and final payment, NIST/CTL/PSCR personnel will perform basic measurement and performance tests to ensure that the requirements have been met. VIII.WARRANTY One (1) year hardware warranty. IX.MAINTENANCE One (1) year basic annual maintenance software support plus software updates.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/NB671000-18-00882/listing.html)
- Place of Performance
- Address: Contractor's Facility, United States
- Record
- SN04781098-W 20180106/180104230653-9dc4e6a76046635c413cef6546d3fc3f (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 |