Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 17,1997 PSA#1826

Commandant (G-ACS), U.S. Coast Guard Headquarters, 2100 Second Street SW., Washington, DC 20593-0001

58 -- DSC VHF-FM TRANSCEIVERS SOL DTCG23-97-Q-TBD016 DUE 050297 POC Contract Specialist: LTJG Rick Baumgartner, (202) 267-2650 / Contracting Officer: CDR George Asseng, (202) 267-6206 (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) The solicitation number is DTCG23-97-Q-TBD016 and the solicitation is issued as a Request for Quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-45. (iv) This is a small business set-aside. The standard industrial classification code (SIC) is 3663. The small business size standard for this SIC code is 750 employees. However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees. (v) CLIN ITEM Qty 0001 VHF-FM DSC Radio 30 0002 VHF-FM DSC Radio 100 0003 VHF-FM DSC Radio 100 0004 Option Lot 1 VHF-FM DSC Radio 10 0005 Option Lot 2 VHF-FM DSC Radio 10 0006 Option Lot 3 VHF-FM DSC Radio 10 0007 Option Lot 4 VHF-FM DSC Radio 10 0008 Option Lot 5 VHF-FM DSC Radio 10 0009 Option Lot 6 VHF-FM DSC Radio 10 (vi) Description of Requirements 1.1 General. This specification is for shipboard radio equipment to meet the Very High Frequency (VHF) Digital Selective Calling (DSC) component requirements of the Global Maritime Distress and Safety System (GMDSS). 1.1.1 Classification. (a) VHF FM DSC marine radiotelephone 1.2 Background. The International Maritime Organization (IMO) has included DSC requirements in amendments to the Safety of Life at Sea (SOLAS) Convention. The GMDSS came into force on 1 February 1992. The Coast Guard plans to add very high frequency (VHF) DSC radio equipment to many of its cutters by mid-1999. The equipment will be used operationally to assist in prosecuting search and rescue missions and to enhance safety at sea for cutters. 1.3 Major Hardware Deliverables. All equipment identified to meet the requirements of this specification shall be commercial off-the-shelf (COTS) items. Equipment contractors shall provide DSC equipment that is fully compliant with the ITU Radio Regulations, CCIR Recommendations 493 (DSC), and this specification. The equipment shall be comprised of at least: a. a transmitter/receiver; b. an integral control unit with the capability for at least one separate remote control unit; c. a microphone with a push-to-talk switch, which may be combined with a telephone in a handset; d. internal or external loudspeaker; e. an integral or separate digital selective calling facility; f. a dedicated DSC watchkeeping facility to maintain a continuous guard on channel 70; and g. a dedicated Channel 16 guard receiver. 1.4 Major Documentation Deliverables. The contractor shall provide one equipment operation and maintenance manual(s) for each unit delivered. 1.5 Government Furnished Equipment. No government-furnished equipment (GFE) is required in this specification. 1.6 Precedence. Any ambiguity or conflict between this specification and applicable documents shall be resolved as follows: (1) this specification, (2) ITU Radio Regulations (3) CCIR Recommendation 493 (DSC), (4) referenced non-government standards and documents. 2.0 APPLICABLE DOCUMENTS. 2.1 Applicability. In addition to the requirements outlined in section three of this specification the equipment must conform to the following: FCC Regulations 47 CFR 80, Subpart W-Global Maritime Distress and Safety System (GMDSS). CCIR Recommendation 493. DSC System for use in the Maritime Mobile Service. CCIR Recommendation 825. Characteristics of a transponder system using digital selective calling techniques for use with vessel traffic services and ship to ship identification. International Telecommunications Union (ITU) Radio Regulations. IMO Resolution A.609(15). Performance Standards for Shipborne VHF Radio Installations Capable of VoiceCommunication and Digital Selective Calling. IMO Resolution A.694(17). General Requirements for Shipborne Radio Equipment Forming Part of the Global Maritime Distress and Safety System (GMDSS) and for Electronic Navigational Aids. IEC 945. Maritime Navigation and Radiocommunication Equipment and Systems -- General Requirements, Methods of Testing and Required Test Results. 3.0 REQUIREMENTS. 3.1 GENERAL REQUIREMENTS. 3.1.1 Power Supply. Equipment shall be powered from the ship's main source of electrical energy (110-120VAC/60 Hz). 3.2 VHF DSC PERFORMANCE STANDARDS. 3.2.1 General. 3.2.1.1 The VHF DSC equipment must be type accepted by the FCC as GMDSS equipment. 3.2.1.2 The VHF DSC equipment, which may consist of more than one piece of equipment, shall be capable of operating on single-frequency (simplex) channels and on two-frequency (duplex) channels. 3.2.1.3 The equipment shall provide a means for the operator to disable any feature/features that automatically transmits a signal in response to a poll or call from other DSC equipment. 3.3 Controls and Indicators. Control of the equipment shall be possible at the position from which the ship is normally navigated. Control from that position shall have priority if additional (remote) control units are provided. When there is more than one control unit, indication shall be given to the other units that the equipment is in operation. 3.4 Digital Selective Calling Facility. 3.4.1 Means shall be provided to enable routine testing of the DSC facilities without radiation of signals. 3.4.2 Self-identification data shall be stored in the DSC unit. It shall not be possible for the operator to change this data. (vii) CLIN 0001 shall be delivered 60 days after contract award. CLIN 0002 shall be delivered 90 days after contract award. CLIN 0003 shall be delivered 120 days after contract award. CLIN 0004-0009 shall be delivered 30 days after the option is exercised. The place of delivery is: USCG Engineering Logistics CENTER, Warehouse Annex, 6751 Alexander Bell Drive, Columbia, MD, 21046-2102, M/F Project Code 75A02. Delivery is FOB destination. (viii) FAR 52.212-1 Instructions to Offers -- Commercial Items (October 1995) (a) Submission of quotes. Submit signed and dated quotes to the following address: Commandant G-ACS-1A/RWB, USCG Headquarters, 2100 2nd Street S.W., Washington, DC 20593-0001 prior to 2:00 p.m. local time, May 2, 1997. Quotes may be submitted on SF 1449 or letterhead stationery. As a minimum, quotes must show: 1. The solicitation number; 2. The time specified in the solicitation for receipt of quotes; 3. The name, address and telephone number of the quoter; 4. A technical description of the items being quoted in sufficient detail to allow the Coast Guard to evaluate compliance with all requirements of this solicitation. This shall include product literature, test procedures and the results of in-lab and over-the-air testing, or other documents, as necessary; 5. Terms of any express warranty; 6. Price and any discount terms; 7. "Remit to" address, if different than mailing address; 8. A completed copy of the representations and certifications at FAR 52.212-3. 9. Acknowledgment of Solicitation Amendments. 10. If the quote is not submitted on an SF-1449, include a statement specifying the extent of the agreement with all terms, conditions and provisions included in the solicitation. Quotes that fail to furnish the required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (b) Product Samples. 2 product samples with interconnecting cables, including the power cable, shall be submitted at the time specified for receipt of quotes to the following address: Commander (Supply), USCG TISCOM, 7323 Telegraph Road, Alexandria, VA 22315, Mark for: LT Richard Mourey/DSC Project Manager. ATTN: To be delivered directly to Supply for Secure Storage. ATTN: Hours for delivery are 0700-1500 M-F. Antenna cable need not be supplied. These samples shall be submitted at no expense to the Government. The samples will be tested for compatibility with existing equipment aboard US Coast Guard Cutters and for unforeseen conditions which will prevent these radios from interoperation with any of the other already installed VHF radio equipment aboard ships and shore stations in the Coast Guard. Once testing is complete, the government will return the samples as directed in the quote. If disposition instructions are not received, samples will be returned to the address from which received. This will be accomplished within 30 days of test completion. (c) Multiple Quotes. Quoters are encouraged to submit multiple offers presenting alternative commercial items for satisfying the requirements of this solicitation. Each quote submitted will be evaluated separately. (d) Multiple Awards. The Government may offer a contract on any item or group of items of a quote, unless the quoter qualifies the quote by specific limitations. Unless otherwise provided in the Schedule, quotes may not be submitted for quantities less than those specified. The Government reserves the right to make an offer for award on any item for a quantity less than the quantity quoted, at the unit prices quoted, unless the quoter specifies otherwise in the quote. (e) Availability of requirements documents cited in the solicitation. 1. The Index of Federal Specifications, Standards and Commercial Item Descriptions and the documents listed in it may be obtained from the General Services Administration, Federal Supply Service Bureau, Specifications Section, Suite 8100, 470 L'Enfant Plaza, SW, Washington, DC 20407 ((202) 755-0325/0326). 2. The DOD Index of Specifications and Standards (DODISS) and documents listed in it may be obtained from the Standardization Document Desk, Building 4D, 700 Robbins Avenue, Philadelphia, PA 19111-5094 ((215) 697-2569). (i) Automatic distribution may be obtained on a subscription basis. (ii) Individual documents may be ordered from the Telespecs ordering system by touch-tone telephone. A customer number is required to use this service and can be obtained from the Standardization Documents Order Desk or the Special Assistance Desk ((610) 607-2667/2179). (iii) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication or maintenance. (ix) FAR 52.212-2 EVALUATION -- COMMERCIAL ITEMS (a) The Government will offer a contract from this solicitation to the responsible quoter whose quote conforming to the solicitation provides the lowest price. (b) Options. The Government will evaluate quotes for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that a quote is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the options. (x) FAR Clause 52.212-4 CONTRACT TERMS AND CONDITIONS applies to this acquisition. (xi) FAR Clause 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS applies to this acquisition. The following FAR clauses cited in this clause are applicable to this acquisition: 52.203-6, 52.203-10, 52.219-8, 52.222-26, 52.222-35, 52.222-36, 52.222-37 and 52.225-9. (xii) The following contract clauses and addenda are applicable to this acquisition: (a) FAR 52.212-7 OPTION FOR INCREASED QUANTITY SEPARATELY PRICED LINE ITEM (MAR 1989) The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 2 years from contract award. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. (b) FAR 52.232-18 AVAILABILITY OF FUNDS (APR 1984) Funds are not presently available for the option quantities in this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (c) OPTION PRICING REVIEW Prior to the exercise of any option to purchase increased quantities, the contractor shall submit to the Government, the then commercial price list or, if applicable, the then current GSA schedule which lists the equipment prices for the products of the option. Based on the price list(s) submitted by the vendor, the Government reserves the right to adjust downward the equipment prices for the increased quantity contained in paragraph (v). In no event will the prices contained in paragraph (v) of this contract be adjusted upward to reflect the commercial price list, equipment prices or the GSA schedule prices in effect at the time of option exercise. (xiii) The following CBD numbered notes are applicable to this acquisition: 1 and 12. (xiv) For information regarding this solicitation, see block 11. (0105)

Loren Data Corp. http://www.ld.com (SYN# 0313 19970417\58-0006.SOL)


58 - Communication, Detection and Coherent Radiation Equipment Index Page