Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 4,1997 PSA#1965

USDA Forest Service, Pacific Northwest Region, 333 SW First Avenue, PO Box 3623, Portland, OR 97208-3623

58 -- RECEIVER TRANSMITTER UNITS SOL R6-6-98-200Q DUE 111497 POC Contracting Section, 503/668-1621 This is a combined synopsis, Request for Quotes 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; proposals are being requested and a written solicitation WILL NOT be issued. This is a Request for Quotes No. R6-6-98-200Q for a distributed logic, microprocessor based dispatch console on the Mt. Hood National Forest. Operator interface will be through a button and light display or a CRT with both touch screen and mouse control. This will be a ZETRON 4000 or equivalent. The design will incorporate a central electronics cabinet for common control features. The common control unit will provide plug in card slots for all control modules and shall be capable of operating 800 feet from the independent dispatch positions. The console will be capable of supporting three independent dispatch positions and no fewer than 36 tone controlled radio channels. A minimum of eight analog telephone circuits will also be controlled by this console. All equipment will be in 19-inch standard rack mount configurations. To be delivered FOB Destination to the Mt. Hood National Forest, 16400 Champion Way, Sandy, Oregon 97055. 1. Requirements are as follows: a. 36 tone controlled radio channel capability minimum; b. 8 analog telephone circuit capability minimum, expandable to twelve; c. Two independent dispatch positions will be furnished at time of purchase with the option to buy a third position at a later date. Each position shall be capable of operating up to 500' from the others; d. Central electronics and control stations primarily powered by 120 VAC or 12 VDC; e. Each control station shall work independently of all others; f. Each console shall indicate channel status; g. A call indication on each channel will operate when audio is present; h. Each position will be equipped with a 24-hour format clock and an audio level indicator; i. Capability to support a single select audiospeaker and up to three unselect audio speakers with individual volume control; j. Channel selection will be made with a single keystroke, i.e., the select button will be programmed with the proper function tone so that the operator does not have to select F1, F2, etc.; k. Each position will be capable of simultaneous broadcast over several channels. The simultaneous channels can either be selected by the operator and/or be preprogrammed into the console; 1. Each console position will be capable of last call transmit which will allow the operator to transmit on the channel that last received an audio transmission; m. Each console position will have an adjustable mute level for each receiver; n. Each console position will have an all mute function with a timed reset; o. Base station interfaces will be 2 or 4 wire audio circuits. Transmit levels will be adjustable from plus 2 to minus 10 dBm. System receive levels will be between 0 to minus 30 dBm; p. Equipment common to all consoles within the console room or in the radio equipment room shall be capable of functioning in an environment with microwave, and UHF and VHF transmitters in the same room; q. Outputs from each console position will be provided for a 2 wire logging recorder which will be provided by the Government at a later date. Output wiring will be modular and consistent with the modular wiring scheme; r. Each console position will be equipped with an 18-inch gooseneck microphone and have the capability of allowing the use of a foot switch for transmitting on the selected base stations; s. Each console position shall be capable of transmitting or receiving on the selected channel using a headset. Headset will be switchable for use with selected telephone line; t. Each console position shall be capable of generating three distinctive alert tones; u. Programmable function assignments shall be user definable for all channel control functions to facilitate customer changes and updates. Programming features include the capability of being programmed on site. If special software or hardware is required, it will be provided; v. The console shall facilitate diagnosis, testing, troubleshooting, and programming of the console electronics on site; w. The console shall continually check itself for proper operation and identify problems by displaying diagnostic messages on the supervisory console position or on a monitoring PC; x. Vendor shall provide all cabling required for connecting the system components together. The Government will provide cable connecting the base station radio equipment and telephones to the dispatch console; y. The vendor will provide training for two individuals in operation, programming, maintenance, and installation; z. Each channel will be capable of generating ten standard EIA function tones from 1050 Hz to 2050 Hz; aa. The system will support an aux I/O card to provide ten relay and/or opto isolated outputs and will accept ten relay and/or logic level inputs; ab. The vendor will provide a set of standard spare parts and modules; ac. Individual cards/modules shall be capable of replacement with the rest of the system in operation; ad. The vendor will furnish desk top housings for all operator positions; ae. The vendor will furnish an on-site, Sandy, Oregon, demonstration of system capabilities; af. The vendor shall provide a 5-year maintenance contract with the following main features: 1. A maintenance assistance phone number available 24 hours a day, year round. 2. Restoration to normal operation in 6 hours or less upon determination of failure in vendor's equipment. Equipment shall be delivered within 90 days of the acceptance of the contract. Technical contacts are: Thuy Ta, Telecommunications Supervisor, (503) 668-1634; Ray Wyatt, Electronics Technician, (503) 668-1686. All offers are due by 111497, 4:30 P.M. Offers are to be mailed to the following address: Mt. Hood National Forest, 16400 Champion Way, Sandy, Oregon 97055. RFQ Number R6-6-98-200Q must be referenced on all offers. See Numbered Notes 1 and 2. (0303)

Loren Data Corp. http://www.ld.com (SYN# 0262 19971104\58-0002.SOL)


58 - Communication, Detection and Coherent Radiation Equipment Index Page