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