|
COMMERCE BUSINESS DAILY ISSUE OF MAY 8,1998 PSA#2091Naval Research Laboratory, Attn: Code 3240, 4555 Overlook Ave., S.W.
Washington, DC 20375-5326 58 -- PORTABLE CELLULAR TEST BED SOL N00173-98-R-JW04 POC James
Waldenfels,Contract Specialist, Code 3240.JW, (202)767-3003, F. Janelia
Bays, Contracting Officer,Code 3240.JB, (202)767-3003 This is a
combined synopsis/solicitation for commercial items prepared in
accordance with the format in Federal Acquisition Regulation 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 solicitation number, N00173-98-R-JW04, is issued as a request for
proposal (RFP). The solicitation document and incorporated provisions
and clauses are those in effect through Federal Acquisition Circular
97-04 and for Defense Federal Acquisition Regulation Supplement (DFARS)
through Defense Acquisition Circular 91-13. The FAR and DFAR provisions
and clauses cited herein are incorporated by reference into this
solicitation. This acquisition is unrestricted. The small business size
standard for this acquisition is 750 employees and the standard
industry code (SIC) is 3663. Contract Line Item Number (CLIN) 0001:
Portable Cellular Test Bed: The required Portable Cellular Test Bed
must utilize modern re-programmable digital signal processing
technology to implement industry standard AMPS/IS-136A performance and
provide for a hardware and software upgrade option to 1900 MHz IS-136
Personal Communication Services (PCS) operation (Bands A, B, C, D, E,
F). The test bed must employ standard backplane and high speed I/O bus
architectures in a 19 inch rack mount chassis that allows modular
upgrades and scalability from a minimum of 6 to a maximum of 42 RF
carriers; it must also employ open, non-proprietary industry standard
interfaces. The Test Bed must be portable to the extent that one or two
19 inch rack mount chassis house the modular plug-ins, power amplifier,
antenna I/O, etc. However, it must satisfy the same commercial
standards normally applicable to typical cellular base station
installations for environmental requirements such as shock,
temperature, and humidity. The system capabilities must include
simultaneous support for multiple air interfaces and full access to
every channel in either the 800 MHz A or B bands (including extended).
The initial system purchase must be configured for the A band, but
must be re-configurable to the B band by installing optional hardware
and or software available from the manufacturer. The system must
operate in either the A or B bands (including extended) once
re-configured, but is not required to operate in both bands
simultaneously. The delivered test bed with MSC simulator must provide
a standalone, turnkey, fully deployable cellular test system with full
dual-mode IS-136A/AMPS functionality. The system must be capable of
operating with a conventional mobile switch center and the Public
Switched Telephone Network. The Portable Cellular Test Bed as above
must include the following: one -- 6 carrier (min), A Band, 45 Watt T1
interface cell, 3 antenna I/O, dual mode AMPS/IS-136A base station;
one -- TRAU Chassis (1Vocoder Card, 1 T1 Card, 1 ACC, 3 AVC, 1 DCCH, 5
DTC); one -- single call MSC simulator software; one -- network
manager control software; and one -- set of documentation for
installation and operation. The Portable Cellular Test Bed does not
include the associated cellular telephones, base station antennas,
external antenna cables, PC computers for the simulator/control
software or external power supplies that convert AC primary power into
the DC power required by the Test Bed. The required delivery schedule
is 120 days after award. The contractor shall deliver the system (all
shipping charges paid) and the Government shall accept the system FOB
destination, Naval Research Laboratory, Washington, DC 20375. Offerors
are advised to propose in accordance with the provision at FAR 52.212-1
Instructions to Offerors -- Commercial Items. There are no addenda to
the provision FAR 52.212-1. Offerors will be evaluated in accordance
with FAR 52.212-2 Evaluation -- Commercial Items. The specific
evaluation criteria under paragraph (a) of FAR 52.212-2 are: technical
acceptability and low price; award will be made to the lowest priced,
technically acceptable offeror. Offerors are advised to include with
their offer a completed copy of the following provisions: FAR 52.212-3
Offeror Representations and Certifications -- Commercial Items, DFARS
252.212-7000 Offeror Representations and Certifications -- Commercial
Items and DFARS 252.225-7000 Buy American Act -- Balance of Payments
Program Certificate. The following FAR clauses apply to this
solicitation: FAR 52.212-4 Contract Terms and Conditions -- Commercial
Items with no addenda and FAR 52.212-5 Contract Terms and Conditions
Required to Implement Statutes or Executive Orders -- Commercial Items.
The additional clauses cited under FAR 52.212-5 that are applicable to
this solicitation are: FAR 52.203-6, FAR 52.203-10, FAR 52.219-8, FAR
52.222-26, FAR 52.222-35, FAR 52.222-36, FAR 52.222-37, 52.225-3,
52.225-18, and 52.225-21. The clause at DFARS 252.212-7001 Contract
Terms and Conditions Required to Implement Statutes Applicable to
Defense Acquisitions of Commercial Items applies to this acquisition.
The additional clauses cited under DFARS 252.212-7001 that are
applicable to this acquisition are: DFARS 252.219-7006, 252.225-7001,
252.225-7007, 252.225-7012, 252.227-7014, 252.225-7036, 252-227-7015,
252.227.7037, 252.243-7002, and 252.247-7024. Standard commercial
warranty and product documentation must be provided. Any contract
awarded as a result of this solicitation will be a DO rated order
certified for national use under the Defense Priorities and Allocations
System (DPAS) (15 CFR 700). Offers must be delivered to: Contracting
Officer, Code 3240.JW, Building 222, Room 115A, Naval Research
Laboratory, 4555 Overlook Avenue, SW, Washington, DC 20375-5326. Offers
must be received no later than 4:00 P.M. EST on June 8,1998. The
package must be identified as: RFP N00173-98-R-JW04, Closing Date: June
8, 1998. For information regarding this solicitation contact James P.
Waldenfels, Contract Specialist, at (202) 767-3003. (0126) Loren Data Corp. http://www.ld.com (SYN# 0243 19980508\58-0008.SOL)
58 - Communication, Detection and Coherent Radiation Equipment Index Page
|
|