|
COMMERCE BUSINESS DAILY ISSUE OF MAY 27,1997 PSA#1853DOT/RSPA/VOLPE National Transportation Systems Center, 55 Broadway,
Kendall Square, Cambridge, MA 02142 59 -- INMARSAT STANDARD-C TRANSCEIVER SOL DTRS57-97-Q-00022 DUE 061197
POC Kathleen Foley, Contract Specialist, (617) 494-2824 WEB: Volpe
Center Acquisition Division Home Page,
http://www.volpe.dot.gov/procure/procure.htm. E-MAIL: Contract
Specialist, foley@volpe1.dot.gov. 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. Solicitation No. DTRS57-97-Q-00022 is
issued as a request for quotation (RFQ). This solicitation document
and incorporated provisions and clauses are those in effect through
Federal Acquisition Circular 90-46. This solicitation is not a small
business set-aside; the standard industrial classification code is 3663
and the small business size standard is 750 employees. The U.S.
Department of Transportation, Volpe National Transportation Systems
Center (Volpe Center), Cambridge, Massachusetts, has a requirement for
the acquisition of Inmarsat type certified Standard-C satellite
transmitters to be used by the US Military and other US Government
Agencies in worldwide applications, as supportedby Volpe Center,
Advanced Systems Development Division. The Volpe Center has been
supporting the US Departments of Defense, State and Energy for the last
four years in the development, installation and deployment of satellite
communications systems for the tracking and monitoring of vehicles in
Europe and the United States. Specifications for Inmarsat Standard-C
Transceivers with embedded Global Positioning System (GPS) include the
following. The Transceiver shall be able to support all Inmarsat
communications modes, including telex, X.25, E-Mail, and
mobile-to-mobile messaging communications. The transceiver shall be
able to report with multiple pre-programmed Data Network Identification
(DNIDs) for the Atlantic(East and West) and Indian Ocean regions to
have global coverage. The transceiver shall be able to host a GPS
interface unit. Position reporting setup and frequency should be
controllable from the operator's unit. The transceiver shall be capable
of initiating a Land Mobile Alert call. The transceiver shall be fully
capable of automatically computing and displaying its own position and
transmitting that information at selectable one minute or greater
intervals. Such position information is to be forwarded using the data
reporting channels immediately and without intervention upon
application of power. The transceiver must be capable of scanning ocean
region satellite channels and switching to the most optimum selection.
The following physical characteristics shall apply to all items: (a)
General specifications: Meets or exceeds current and proposed Inmarsat
specifications and ISO 7637 -- 0, 1 & 2 for electrical disturbances
for Road Vehicles. (b) Operating Frequencies: Receive 1525.0 -- 1559.0
MHz, Transmit 1626.5 -- 1660.5 MHz. (c) Data Rate: Minimum of 600
bit/sec communications rate. (d) Power supply: Power shall be 12-28
Volts DC, no Alternating Current (AC) conversion is required. (e)
Ambient Temperatures: Electronics Unit, -25 C to 55 C operating.
Specifications for Operator Display/Keyboard Unit follow. This unit
shall be able to accommodate at least 160 character display, with full
alphanumeric keyboard. A remote minimal action emergency switch for
initiating a Land Mobile Alert call is required; otherwise, a separate
switch shall be furnished with a proper interface to the operator's
unit. This unit shall be provided with the necessary Operating Software
Applications to operate the unit and to establish communications and
messaging between the transceiver and the Coast Earth Station (CES).
Specifications for Standard Antenna with Magnetic Mount follow. In
order to minimize the conspicuity of the equipment and to limit
bringing attention to its presence when in use in the field, the
transceiver antenna, when attached to the roof of a vehicle cannot
exceed a maximum height of 8.25 inches and 7.25 inches in diameter with
magnetic base attached. Physical characteristics for standard antenna
are identified below. (a) Land-Mobile Antenna: Inmarsat-C/GPS
omnidirectional antenna, RHC polarized, G/T -23 dB/K, EIRP 14 dBW at 5
elevation. Coverage +90 to -15 . (b) Antenna Mounting: Magnetic flange
mounted, horizontal. Specifications for size of hardware components
follow. The sum of the volume of the mandatory hardware items (the
transceiver, operator display unit and standard antenna) cannot be
greater than 550 cubic inches nor weigh more than 25 lbs.
Specifications for a Reduced Profile Antenna follow. The reduced
profile antenna shall not exceed 4.5 inches in height. The vendor shall
provide the antenna with its High Power Amplifier/Low Noise Amplifier
(HPA/LNA) unit. Specifications for Rugged Portable Enclosure follow.
The transceiver, standard antenna and operator display/keyboard unit
must be packaged in the same easily transportable enclosure. The
enclosure shall have high strength, light weight and dust and weather
resistant characteristics equal or equivalent to the Zero Centurian
Elite 100X Series Cases. The sum of the dimensions of theenclosure
cannot exceed 50 inches and as assembled cannot weigh anymore than 30
lbs. Full engineering drawings of this enclosure and complete diagrams
with dimensions for all hardware items must be included in the bidders
response. Offerors shall respond to the Volpe Center requirement for
200 units of each line item except CLIN 0006 which shall be for 50
people. Offerors are to propose any quantity break resulting in
discounts. If price increases or decreases over the period of
performance, offeror is to advise the Government. Pricing table
follows. The offeror should propose a unit price and also any quantity
breaks which apply. CLIN 0001 INMARSAT Standard-C Transceiver with
Internal/Embedded GPS, system documentation, operator's manual, and set
of cables to interconnect __ __ __ CLIN 0002 Operator display,
keyboard, and remote emergency switch (and mounting hardware), with
installed operating software __ __ CLIN 0003 Standard Antenna assembly
with magnetic mounting__ __ CLIN 0004 Rugged Case to package CLIN
Items 0001, 0002 and 0003 __ __ ____ CLIN 0005 Software configuration
and testing to include the following: __ __ __ __ (a) Load operating
software (with memory modules) (b) Inmarsat Commissioning (c)
Pre-programmed 3 ocean DNIDs for global coverage (d) Test data
reporting (3 ocean regions) to DOT Volpe Center (e) Test emergency
switch alert and CES fax link to DOT Volpe Center (f) Test messaging
link to DOT Volpe Center CLIN 0006 Training at vendor site (per person)
__ ___ CLIN 0007 Reduced profile antenna with separate HPA/LNA unit
(Non Mandatory:For Information Purposes Only) __ __ ___ Delivery shall
be FOB to the U.S. Department ofTransportation, Volpe National
Transportation Systems Center, 125 Munroe St., Cambridge, MA 02142.
Inspection and acceptance at destination. Solicitation provision at FAR
52.212-1, Instructions to Offerors -- Commercial Items (OCT 1995) is
hereby incorporated by reference. Solicitation provision at FAR
52.212-2, Evaluation-Commercial Items (OCT 1995), applies to this
acquisition: How well the proposed products meet the Government's
requirements and the lowest priced responsive, responsible offer. Bids
to be evaluated on four orders per year as follows: two orders of 25
items and one order for 50 items for CLINS 0001, 0002, 0003, 0004, 0005
and one order for 25 people for each year for CLIN 0006. It is not
mandatory to propose on CLIN 0007 since the price for this line item
will not be included in the evaluation. Any offer may be rejected if
the prices for any line items are materially unbalanced. Offerors are
reminded to include a completed copy of the provision at FAR 52.212-3,
Offeror Representations and Certifications-Commercial Items (JAN
1997), with its offer. FAR Clause 52.212-4, Contract Terms and
Conditions-Commercial Items (MAY 1997), is hereby incorporated by
reference. FAR Clause 52.212-5, Contract Terms and Conditions Required
to Implement Statutes or Executive Orders-Commercial Items (AUG 1996),
is hereby incorporated by reference. The following paragraphs apply to
this solicitation and any resultant contract: (b)(1) 52.203-6 (ALT I),
(b)(2) 52-203-10, (b)(3) 52.219-8, (b)(6) 52.222-27, (b)(7) 52.222-35,
(b)(8) 52.222-36, and (b)(9) 52.222-36. Include FAR Provision
52.204-6, Contractor Identification Number -- Data Universal Numbering
System (DUNS) Number (DEC 1996). FAR Clause 52.232-33, Mandatory
Information for Electronic Funds Transfer Payment (AUG 1996) is
included by reference. Include FAR Clause 52.227-14, Rights in
Data-General (JUN 1987). Additional contract terms and conditions to
this procurement are: Type of contract -- a firm fixed price,
indefinite delivery, indefinite quantity contract in accordance with
FAR Clauses 16.602 and 16.504 shall be awarded; period of performance
of the contract shall be two years from date of award; period of
performance of each delivery order shall be 60 days after receipt of
order (ARO) for all items except 90 days ARO for the reduced profile
antenna. The following FAR clauses are included by reference: 52.216-18
(OCT 1995) Ordering, (a) date of award through expiration date of
contract; 52.216-19 Order Limitations (OCT 1995) (a) MIN ORDER -- 25
for CLINS 0001, 0002, 0003 (or 0007), 0004, and 0005 (b) MAX ORDER
(b)(1) 200, (b)(2) 200, (b)(3) 30 days; 52.216-22 Indefinite Quantity
(OCT 1995) (d) the expiration date of the contract. FAR Clauses
52.249-2 Termination for Convenience of the Government
(Fixed-Price)(SEP 1996) and 52.249-8 Default (Fixed-Price Supply and
Service)(APR 1984) are included by reference. Two copies of each offer
must be delivered to Kathleen Foley, Contract Specialist, US
Department of Transportation, Volpe National Transportation Systems
Center, 55 Broadway, Kendall Square, Cambridge, MA 02142 no later that
3:00 p.m. EST on June 11, 1997. The package must be marked RFQ
DTRS57-97-Q-00022. Contact Kathy Foley at 617 494-2824 if you have any
questions. This notice is for informational purposes for Minority,
Women-Owned and disadvantaged Business Enterprises: The Department of
Transportation (DOT), Office of Small and Business and Disadvantaged
Business Utilization (OSDBU), has a program to assist minority,
women-owned and disadvantaged business enterprises to acquire
short-term working capital assistance for transportation-related
contracts. Loans are available under the DOT Short Term Lending Program
(STLP) at prime interest rates to provide accounts receivable
financing. The maximum line of credit is $500,000. For further
information and applicable forms concerning the STLP, please call the
OSDBU at (800) 532-1169. For information concerning the acquisition,
contact the contracting official listed above. The solicitation and any
document related to this procurement will be available on the Internet,
these documents will be available in text format and reside on a WWW
server which may be accessed using Web browsers. The WWW address, or
URL, of the Volpe Center Acquisition Division home page is:
"http://www.volpe.dot.gov/procure/procure.htm". Offerors desiring to
receive electronic notification of the solicitation's posting and
availability for downloading may register at the Volpe Center site.
Contractors are warned that when they register to receive
solicitations, amendments, and other notices, the responsibility for
providing the Government with an accurate and complete e-mail address
lies with the contractor. The Government will make no additional
efforts to deliver information when the system indicates that
transmission cannot be delivered to the e-mail address provided.
Requests for a hardcopy of the solicitation may be mailed or sent via
E-Mail to foley@volpe1.dot.gov. Telephone requests will not be honored.
(0142) Loren Data Corp. http://www.ld.com (SYN# 0321 19970527\59-0015.SOL)
59 - Electrical and Electronic Equipment Components Index Page
|
|