|
COMMERCE BUSINESS DAILY ISSUE OF JULY 30,1997 PSA#1898Naval Air Warfare Center TSD, Code 27, 12350 Research Parkway, Orlando
FL 32826-3275 58 -- INTELLIGENT PERIPHERAL EQUIPMENT SOL N61339-97-Q-3500 DUE 081497
POC Larry Duncan, Purchasing Agent, 407/380-4090 or John Christopher,
Contracting Officer, 407/380-8491 17. 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; quotations are being requested and a written
solicitation will not be issued. Solicitation number N61339-97-Q-3500
is issued as a request for quotation (RFQ). All references to "offers"
are understood to be "quotations." The solicitation document and
incorporated provisions and clauses are those in effect through Federal
Acquisition Circular 90-46. This solicitation, previously issued under
Solicitation number N61339-97-1125 is re-issued on an unrestricted
basis. The Standard Industrial Classification code is 3661 and the
business size is 1000. This procurement will be awarded on an "all or
none" basis. Due to warranty and maintenance requirements, only quotes
from authorized Northern Telecom (NORTEL) Meridian 1 Distributors with
appropriate certification will beconsidered. All parts must be NORTEL
parts or approved by NORTEL. This is a Firm Fixed Price requirement
(FFP). The Naval Air Warfare Center Training Systems Division
(NAWCTSD), 12350 Research Parkway, Orlando, FL 32826, intends to
acquire hardware, labor, and supervision to expand the NORTEL Option
81C PBX through the addition of five Intelligent Peripheral Equipment
(IPE) shelves, to include installation and testing of related circuit
boards, cables, shelving/racks, and all miscellaneous equipment,
materials and incidental related work, with one year warranty on parts
and labor, complete and ready for use at NAWCTSD. Quotes must include
one price for parts and a separate price for installation and other
expenses. The following items are to be provided as a minimum: Task 1,
provide and install one (1) NT7D00BA Top Cap DC, to include NT7D09CA
Pedestal unit, NT7D10CA Monitor card, NT7D67CU PDU, NT8D22AC Monitor
card, NT8D46AL Cable, and NT8D52 Blower unit. Task 2, provide and
install five (5) AS1054D IPE Modules DC, (including (5) NT6D40 PE Power
Supply DC), and all associated cables, connectors, column spacer kits
and miscellaneous items required to interface equipment specified in
Task 1 through 3. Task 3, provide and install five (5) NT8D16AD
Digitone Receiver cards, five (5) NT8D01BC Controller 4 cards, five (5)
NT8D04 Superloop Network cards, five (5) NT6D42CC Ringing Generator DC
cards, forty eight (48) 66M1-50 Termination blocks including 89B
"stand-off" brackets. Task 4, ensure that power requirements of IPE
Modules/cards provided by Contractor under this contract are met by
existing equipment in accordance with Northern Telecom standards and
practices, or provide equipment necessary to meet Northern Telecom
requirements. Other requirements: (1) Install new addition independent
of existing Northern Telecom system so that work will not interfere
with system operation or function until new work is ready for complete
integration. (2) The warranty period for parts and labor shall be one
year. (3) Failures that result in the loss of communications to a
shelf installed under this contract shall be considered "major"
failures. The Contractor shall respond with an on-site visit by a
qualified technician within four hours of notification by the
Government. The Contractor shall correct major failures within 24 hours
of original notification. (4) The Government reserves the right to
perform work on the equipment installed under this contract when work
is accomplished under the cognizance of a Northern Telecom Meridian 1
Certified Technician. (5) The Contractor and his employees and
subcontractors shall become familiar with and obey all applicable
Federal, State, local and station regulations, including fire, safety,
traffic, and security regulations. No employee of the Contractor shall
be admitted to the work site without satisfactory proof of US
citizenship. The Contractor shall be required to have all appointments,
certifications, or licenses required for this work. Proof of such
certifications or licenses may be requested by the Contracting Officer.
Upon completion of this contract this installation must meet or exceed
all pertinent NORTEL requirements. (7) Work shall be accomplished
within regular working hours. Regular working hours shall consist of an
8 hour period established by the Contracting Officer between 7 a.m. and
6:30 p.m., Monday through Friday, excluding Government holidays. System
down-time, cutover, testing, etc., will be performed after normal
working hours, between 1900 and 0600. If system down-time is
anticipated, advance arrangements must be made with the Contracting
Officer to schedule after-hours work. (8) The Contractor shall be
required to complete the required hardware installation and programming
within 60 days of contract award. (9) The Contractor will use the most
recent release level available for all of the items listed above. (10)
The Contractor is required to provide any and all parts necessary to
ensure that the intent of this contract is met, and that the equipment
is complete and ready for use. The following FAR and DFARS provisions
and clauses apply to this procurement and are incorporated by
reference: FAR 52.212-1 "Instructions to Offerors Commercial Items (OCT
1995)." The following addenda apply to FAR provision 52.212-1:
Paragraph (h) multiple awards, is not applicable to this requirement;
FAR provision 52.212-2 "Evaluation -- commercial items;" The Government
intends to award a contract, without discussion, to the responsible
offeror whose quotation conforming to the solicitation will provide the
best value to the Government, price and other factors considered. The
following factors will be used to evaluate quotations: (1) price, (2)
technical capability, (3) past performance. Evaluation factors other
than price, when combined, are approximately equal to price. FAR
provision 52.212-3, "Offeror Representations and
Certifications-Commercial Items," shall be completed and submitted with
quotes; FAR 52.212-4, "Contract Terms and Conditions-Commercial Items;"
52.212-5, "Contract Terms and Conditions Required to Implement Statutes
or Executive Orders -- Commercial Items"; FAR clause 52.219-14
"Limitations on Subcontracting"; DFARS 252.212-7000 "Offeror
Representations and Certifications -- Commercial Items"; Paragraph (b)
does not apply to this solicitation; DFARS 252.212-7001 "Contract
Terms and Conditions Required to Implement Statutes or Executive Orders
Commercial Items"; DFARS 252.225-7000 "Buy America Act -- Balance of
Payments Program Certificate"; FAR 52.222-26 "Equal Opportunity
(E.O.11246)"; FAR 52.222-35, "Affirmative Action for Special Disabled
and Vietnam Era Veterans (38 U.S.C. 4212)"; FAR 52.222-36,"Affirmative
Action for Handicapped Workers (29 USC 793)"; FAR 52.222-37,
"Employment Reports on Special Disabled Veterans and Veterans of the
Vietnam Era (38 U.S.C. 4812)"; FAR 52.225-3, "Buy American Act
-Supplies (41 U.S.C.10)"; FAR 52.225-21 "Buy American Act -- North
American Free Trade Agreement Implementation Act -- Balance of Payments
Program (41 U.S.C 10, Pub. L. 103-187)"; FAR Clause 52.232-33
"Mandatory Information for Electronic Funds Transfer Payment (AUG
1996)." No additional clauses or provisions apply. The Government
anticipates an award date of 18 August 1997. All qualified offerors may
submit fax quotes to Larry Duncan, Purchasing Agent, (407)380-8318 to
arrive NLT 3:00 P.M. 14 August 1997. Technical questions or
arrangements for site visits should be directed to Sean Flannery at
(407) 380-8095. Upon request, this office will provide the full text of
the provisions and clauses listed herein. (0209) Loren Data Corp. http://www.ld.com (SYN# 0306 19970730\58-0009.SOL)
58 - Communication, Detection and Coherent Radiation Equipment Index Page
|
|