Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 03, 2023 SAM #8011
SOLICITATION NOTICE

70 -- TETLEY Network Survey System

Notice Date
11/1/2023 11:10:31 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
FCC WASHINGTON DC 20554 USA
 
ZIP Code
20554
 
Solicitation Number
273FCC24Q0002
 
Response Due
11/15/2023 1:00:00 PM
 
Archive Date
11/30/2023
 
Point of Contact
Darrin Nicholson, Phone: 2024181835
 
E-Mail Address
darrin.nicholson@fcc.gov
(darrin.nicholson@fcc.gov)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, �Streamlined Procedures for Evaluation 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 written solicitation document will not be issued. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2023-05 9-22-2023. The associated North American Industrial Classification System (NAICS) code for this procurement is 334220 - Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing, with a small business size standard of 1,250 Employees. The Federal Communications Commission is seeking a BRAND NAME or EQUAL purchase of the TETLEY Multi-Band, Multi-Format Network Survey System, Mfg. Part No. TS5G-3.� The following Salient Physical/Functional Characteristics apply: - Ability to collect data for AT&T, Sprint, T-Mobile, Verizon, and all other licensed providers based on their MCC and MNC.� - Ability to assess availability and connectivity of all cellular network providers. - Passive ability to decode and store ""System Info"" messages for serving/neighbor cell survey and RSSI mapping. - Ability to ascertain available commercial cellular networks near real time following disasters.� - Ability to identify all sources of cellular emissions, including unlawful emanations created for the purposes of deception.� - Simultaneously and independently measure existing protocols GSM / GPRS I EDGE, CDMA2000 / 1xRTT / EvDO, WCDMA / HSxPA, L TE, 5G, Wifi, PTT and Digital-PTT (NXDN, DMR, P25) signals. Ability to maintain compatibility and upgrade hardware to incorporate new and evolving protocols and signals. - Ability to measure signal strength and Doppler shift of cellular signals for geo-locating transmitting towers. - Ability to provide quantifiable connection quality results.� - Configurable to tailor functionality according to mission requirements. - Near-real-time service, visualization, and analysis while on the move. - Exportable survey assessment results into various multimedia file formats, such as kml, .shp, .kmz, .xis, .pdf, .doc, and .csv. - Capable of also being powered via vehicle inverter or high capacity battery such as the BB-2590/U. - Remote operation capable.� The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html.� The following solicitation provisions apply to this acquisition: - 52.212-1 Instructions to Offerors-Commercial Products and Commercial Services (Mar 2023) - 52.212-2 Evaluation-Commercial Products and Commercial Services (Nov 2021) (See addendum below) Addendum to 52.212-2 EVALUATION-COMMERCIAL ITEMS (NOV 2021) a) Basis for award. The Government will issue a purchase order to the responsible vendor whose quotation co forming to the solicitation will be most advantageous to the Government, price and other factors considered. b) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The evaluation will consider the following: 1. Technical - The Physical/Functional (salient) characteristics associated with each item will be used as ""go/no-go"" criteria to determine technical conformance of the required docking stations. Offered items which are considered ""equal"", shall include descriptive detail and product literature that fully demonstrates product equality. The government will evaluate only that information that is provided with the quotes; any vendor that fails to provide sufficient technical detail regarding products considered ""equal"" runs the risk of having their quote rejected as nonresponsive to the solicitation. Quotes containing brand name item of the same model number are automatically determined technically conforming. 2. Delivery - The Government will evaluate the proposed delivery dates from all vendors for all products quoted to determine those that are closest to the delivery date requested. 3. Price - The vendors shall provide the unit price and extended price for the item listed above. The extended price will be evaluated as the overall price. (Note: Any delivery or freight charges shall be rolled into the item unit price as appropriate. - 52.212-3 Offeror Representations and Certifications-Commercial Products and Commercial Services�(Dec 2022) -�52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) -�52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020) Offerors must complete annual representations and certifications on-line at http://SAM.gov in accordance with FAR 52.212-3, �Offerors Representations and Certifications�Commercial Items.� If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: - FAR 52.212-4, �Contract Terms and Conditions�Commercial Items� (Dec 2022) - FAR 52.212-5, �Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Products and Commercials Services� (Jun 2023) The following subparagraphs of FAR 52.212-5 are applicable: Subparagraph (b)(2), (b)(8), (b)(27), (b)(28), (b)(30),(b)(31), (b)(32), (b)(33), (b)(45), (b)(50) -�52.217-6 Option for Increased Quantity (Mar 1989) -�52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by�Kaspersky Lab and Other Covered Entities (Nov 2021 ) -�52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services�or Equipment (Nov 2021)� -�LOCAL-4 Contracting Officers Representative (COR) (May 2023) -�LOCAL-5 Invoicing Instructions (May 2023) -�LOCAL-12 Contractor Promotional Material and Press Releases Relating to the Contract (June 2023) -�LOCAL-21 Section 503 of the Rehabilitation Act (Jul 2019) �All quotations shall be sent via email to darrin.nicholson@fcc.gov. This is an open-market combined synopsis/solicitation for the product defined herein.��The Government contemplates award of a Purchase Order resulting from this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."" OR ""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" Quoters shall list exception(s) and rationale for the exception(s). Submission shall be received not later than November 15, 2023 at 4:00 PM EDT to Darrin.nicholson@fcc.gov.� Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contracting Officer, Darrin.nicholson@fcc.gov�by November 14, 2023 at 12:00 PM EDT.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1d3273ae591a46f5becb705f1856c0e8/view)
 
Place of Performance
Address: Washington, DC 20554, USA
Zip Code: 20554
Country: USA
 
Record
SN06873845-F 20231103/231101230059 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.