|
COMMERCE BUSINESS DAILY ISSUE OF JULY 22,1997 PSA#1892Dept. of the Army, Directorate of Contracting, Attn: ATZS-DKO-I, P.O.
Box 12748,Fort Huachuca, AZ 85670-2748 D -- FIBER OPTIC SYSTEM UPGRADE SOL DABT63-97-R-0054 DUE 080197 POC
Contracting Officer: Toni Davies; Procurement Technician: Wesseleen
Stookesberry, 520-538-0416 (i) This is a combined synopsis/solicitation
for commercial items prepared in accordance with the format in FAR
Subpart 12.6, the test program in FAR Subpart 13.6, 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. (ii) This solicitation
document and incorporated provisions and clauses are those in effect
through Federal Acquisition Circular 90-45. (iii) This is a full and
open procurement under SIC 3357, Drawing and Insulating of Nonferrous
Wire. (iv) GENERAL INFORMATION: An existing fiber optics system is
being upgraded. Electronics hardware and fiber jumpers are required to
transmit and receive various forms of date over existing single mode
fibers. The longest fiber is 21 kilometers and the shortest link is 200
meters. Video, audio, RS232, wideband analog and 10BaseT ethernet data
must be transmitted and received. The existing system consists of a
minimum of six fibers to each of 13 sites from a central site. Each of
the six fibers is terminated on a breakout panel with bi-conic
connectors at each remote site and at the central site. The breakouts
and electronics are housed in standard 19 inch racks at each location.
The single mode fiber is 8.3 micron with a 125 micron cladding.
Dispersion is 3.5 pico seconds at 1300 nanometers wavelength.
Attenuation is approximately 0.5db/kilometer. There are as many as six
(0.1db) fusion splices in the longer links. Adequate reserve optical
power shall allow for 3 db of additional degradation due to aging of
fiber, laser, and connections. (v) QUANTITIES AND PRICING: Pricing
shall be provided for the following quantities of each component of the
system. The pricing shall include costs for hardware, software, power
cords, and documentation as it applies to each component. Provide
quantity discounts when applicable. (vi) ITEMS: Wideband, FM
transmission system capable of 16 simultaneous 10 mhz channels on one
fiber. The system will be configured similar to figure 1. (Provided
upon request.) There will be a central site and multiple remote sites
(possibly 8 or more). The central site includes the capability to
electronically switch signals from various incoming sites to all out
going sites as well as to other local functions. This switching
capability is an optional feature. a) Wideband fiber optic transmitter,
1300nm, FC/PC connector, qty 5 -- 20. b) Wideband fiber optic receiver,
1300nm, FC/PC connector, qty 5 -- 20. c) 2 channel, Video/audio
modulator, qty 10 -- 20. d) 2 channel, Video/audio demodulator, qty 10
-- 25. e) 2 channel, Video modulator, qty 10 -- 20. f) 2 channel,
Video demodulator, qty 10 -- 25. g) Universal rack mounts for at least
8 the above (c -- f) items, qty 10 -- 25. h) Fiber optic jumper
cables, FC/APC to FC/APC connectors, 3 meters long, qty 15 -- 25. i) RF
distribution unit, one in, o -- 8 equal level outputs, qty 0 -- 1. J)
RS-232 & Ethernet multiplexer/demultiplexer, qty 0 -- 8. K) 48 in by 32
out video matrix switcher, qty 0 -- 1. l) 28 in by 28 out video matrix
switcher, qty 0 -- 2. (vii) Date of delivery is no later than 90 days
from receipt of award; Place of Delivery and Acceptance is NSWCDD,
G63, BLDG 997, RM 105, 17320 DAHLGREN RD, DAHLGREN, VA 22448-5100; FOB
destination. (viii) Solicitation provision at FAR 52.212-1,
Instructions to Offerors -- Commercial Items (Oct 1995) is hereby
incorporated by reference. (ix) The Government will award a contract
resulting from this solicitation to the responsible offeror whose offer
conforming to the solicitation will be most advantageous, representing
the best value to the Government price and other factors considered.
The following factors shall be used to evaluate offers: Evaluation will
be based on (1) Technical (a) Technical capability of the item offered
to meet the Government requirement (b) Past Performance(see below) and
(c) Delivery Terms -- ability to meet required delivery schedule and
(2) Price. Factors are listed in their relative order of importance.
Past performance will be evaluated as follows: Evaluation of past
performance shall be based on information provided by the offeror (see
below) and any other information provided by the offeror and/or
through other sources (i.e., offeror's performance on previously
awarded FAST delivery orders/contracts and/or contracts with other
Government entities). The offeror must identify two Federal, state, or
local government and private contracts or delivery/task orders for
which the offeror has performed work similar to the statement of work
in this solicitation. References should include the most recent
contracts completed within the last two years. The offeror shall
provide a point of contact, current telephone number and fax number for
each contract. This list is due by the date established for receipt of
proposals. (x) Offeror's are reminded to include a completed copy of
the provision at 52.212-3, offeror Representations and Certifications
-- Commercial Items(Jan 1997), with its offer. (xi) Clause 52.212-4,
Contract Terms and Conditions -- Commercial Items (May 1997), is hereby
incorporated by reference. (xii) 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) (2) 52.203-10, (b) (3) 52.219-8, (b) (6) 52.222-26, (b)
(7) 52.212.21. (xiii) Additional Contract Terms and Conditions
applicable to this procurement are: (a) Type of Contract: A firm
fixed-price definite quantity, definite delivery contract will be
awarded. (b) Period of Performance: Delivery no late than 90 days after
date of award. (xiv) The Defense Priorities and Allocations Systems
(DPAS) assigned rating or this procurement of DO-A7. (xv) For detailed
specifications and schematics, contact Wesseleen Stookesberry. (0198) Loren Data Corp. http://www.ld.com (SYN# 0028 19970722\D-0004.SOL)
D - Automatic Data Processing and Telecommunication Services Index Page
|
|