Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 8,1998 PSA#2091

Naval 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