|
COMMERCE BUSINESS DAILY ISSUE OF MAY 26,1998 PSA#2102Naval Air Warfare Center TSD, Code 27, 12350 Research Parkway, Orlando,
FL 32826-3275 58 -- PROVIDE AND INSTALL AND TEST NORTHERN TELCOM INTELLIGENT
PERIPHERAL EQUIPMENT SOL N61339-98-Q-0578 DUE 061198 POC Michelle
Lewis, 407-381-8781 WEB: NAWCTSD Home Page, Request for Quotes,
http://www.ntsc.navy.mil/contract/procure.htm. E-MAIL: Michelle Lewis,
NAWCTSD, Code 25724, Michelle_Lewis@ntsc.navy.mil. This is a
combined/synopsis solicitation for commercial items prepared in
accordance with the format in Subpart 12.6, supplemented with
additional information included in this notice. This announcement
constitutes the only solicitation; quotes are being requested and a
written solicitation will not be issued. Solicitation number
N61339-98-Q-0578 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 90-45. This is a Firm
Fixed Price Requirement (FFP). This procurement is to provide, install,
and test three Northern Telecom Intelligent Peripheral Equipment
Shelves as per Statement of Work (SOW) listed: STATEMENT OF WORK. PART
1 GENERAL. 1.1 GENERAL DESCRIPTION. It is the declared and
acknowledged intention and meaning to provide and secure hardware,
software, labor, and supervision to expand the NorTel Option 81C PBX
through the addition of three Intelligent Peripheral Equipment (IPE)
shelves, upgrading the system to release 23 or later software, and
replace the CPU with the latest processor, 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
the Naval Air Warfare Center Training Systems Division, 12350 Research
Parkway, Orlando, FL 32826-3224. 1.2 PERIOD OF PERFORMANCE-The
Contractor shall be required to complete the required hardware
installation and programming within 45 days of contract award. 1.3
ITEMIZED TASKING 1.3.1 The contractor shall provide the following items
as a minimum. The most recent release level available at the time of
contract award will be used for all items listed below. 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. 1.3.1.1 Utilize existing single IPE shelve stack by
removing and re-using top-cap and installing new equipment on existing
pedestal and IPE shelf. 1.3.1.2 Provide and install three (3) AS1054D
IPE Modules DC, (including three (3) NT6D40 PE Power Supply DC), and
all associated cables, connectors, column spacer kits and miscellaneous
items required to interface equipment specified in paragraphs 1.3.1.1
through 1.3.2 of this Statement Of Work (SOW). 1.3.1.3 Provide and
install three (3) NT8D16AD Digitone Receiver cards. 1.3.1.4 Provide and
install three (3) NT8D01BC Controller Four cards. 1.3.1.5 Provide and
install three (3) NT8D04 Superloop Network cards. 1.3.1.6 Provide and
install three (3) NT6D42CC Ringing Generator DC cards. 1.3.1.7 Provide
and install twenty-four (24) 66M1-50 Termination blocks including 89B
"stand-off" brackets, cross members with threaded screw holes for the
Harris frame, ladder-rack between the IPE shelves and frame, and other
miscellaneous and incidental related equipment required for this
installation. 1.3.1.8 Provide and install release 23 or higher
software, including an increase licensed level of ISDN BRI circuits
from current level of 50 to 200. 1.3.1.9 Provide and install 68060 (Or
Higher if available) processor circuit boards. 1.3.1.10 Provide and
install one (1) Extended Custom Local Area System Service (CLASS) Modem
Card (XCMC). 1.3.1.11 Provide labor to activate new release 23 features
including Emergency Services Access features such as outgoing 911 call
notification to TTY's and OSN telset, RAN Broadcasting, and others.
1.3.2 The contractor shall evaluate the system configuration resulting
from this action to ensure power levels are in accordance with NorTel
Standards and Practices. If the resulting system configuration fails
to meet NorTel standards, the contractor shall submit noted
deficiencies and proposed solutions. 1.3.3 New system addition will be
installed independently of existing Northern Telecom system so that
work will not interfere with system operation or function until new
work is ready for complete integration. 1.3.4 The warranty period for
parts and labor shall be one year. 1.3.4.1 Failures that result in the
loss of communications to two or more circuit boards located on 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 4 hours of notification by the Government.
The contractor shall correct major failures within 24 hours of
original notification. 1.3.4.2 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 Certified
Technician. PART 2 PRODUCTS. Use only Contracting Officer approved
parts or materials. PART 3 EXECUTION. 3.1 Work will be performed by, or
in conjunction with, an authorized Northern Telecom distributor to
ensure system integrity, access to Northern Telecom parts and
materials, and continuance of Northern Telecom warranty,service, and
technical support. 3.2 STATION REGULATIONS. 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 U. S. citizenship. The Contractor shall be required to have
all appointments, certifications, or licenses required for this work.
Proof of such certifications and, or licenses may be requested by the
Contracting Officer. Upon completion of this contract this installation
must meet or exceed all pertinent Northern Telecom requirements. 3.3
Working Hours. 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 downtime, cutover,
testing, etc., will be performed after normal working hours, between
1800 and 0600. If system downtime is anticipated, advance arrangements
must be made with the contracting officer for after hours scheduling.
End of Statement of Work. No telephone requests for solicitation will
be accepted. Fax number is 407-380-8318. Simplified Acquisition
Procedures apply. All responsible sources may submit a bid, proposal,
or quotation, which will be considered by this agency. Contractors are
encouraged to review the CBD from time to time to obtain the most
current information available, such as amendments to this solicitation.
SIC Code is 7373. The contracting officer is not responsible for
location any information not identified in the quote and reasonably
available. FAR 52.212-1 "Instructions to Offeror's Commercial Items
(OCT 1995)' is incorporated by reference and applies to this
procurement. Inspection and acceptance shall be made at destination.
The provision 52.212-2 "Evaluation-commercial items" is incorporated by
reference. The Government intends to awarda contract without
discussion, to the responsible offeror whose quotation conforming to
the solicitation will be most advantages to the Government, price and
other factors considered. The following factors will be used to
evaluate quotations: (1) technical capability/ The offeror's
capabilities, related experience, and 3.1 in the Statement of Work
combination of these which are integral factors for achieving the
proposal objectives, (2) price/ best value to the government and (3)
the offeror's past performance (minimum 2 references). Technical is
approximately equal to price in terms of evaluation. Offerors shall
include a completed copy of the provision at DFARS 252.212-7000, "
Representations and Certifications -- Commercial Items" with its
quotation. Offerors shall include a completed copy of the provision at
DFARS 252.212-7001 "Contract terms and conditions required to
implement statutes or Executive Orders applicable to Defense
Acquisitions of commercial items". Offers are to include a complete
copy of the provision at 52-212-3, "Offerors Representations and
Certifications." 52-212-4, Contract Terms and Conditions-Commercial
Items" is incorporated by reference. 52-212-5, "Contract Terms and
Conditions Required to Implement Statutes or Executive
Orders-Commercial Items" is incorporated by reference. The following
Clauses/Provisions are incorporated by reference: 52.222-6, "Equal
Opportunity (E.O. 11246" 52.222-36, "Affirmative Action for Handicapped
Workers (29 U.S.C. 793)"; 52.225-3, "Buy American Act-Supplies ((41
U.S.C. 10)"; "Buy American Act"-North American Free Trade Agreement.
Implementation Act-Balance of Payments Program (41 U.S.C., Pub 1
103-187); 52.232-33 "Mandatory Information for Electronic Funds
Transfer Payment (Aug 1996)". All responsible offerors shall submit fax
quotes to Michelle Lewis, 407-380-8318 to arrive NLT 5:00, 11 June
1998. Please furnish cost breakdown including: direct and indirect
labor rates, hours required to do the job, category and rate of
personnel doing the work. For technical questions only, contact Sean
Flannery, 407-380-8095. The Government anticipates an estimated award
date of 19 June 1998. Upon request, this office will provide the full
text of FAR provisions and Clauses listed herein. Contractors are
encouraged to review the CBD from time to time to obtain the most
current information available, such as amendments to this
synopsis/solicitation. SIC Code is 7373 (0141) Loren Data Corp. http://www.ld.com (SYN# 0311 19980526\58-0008.SOL)
58 - Communication, Detection and Coherent Radiation Equipment Index Page
|
|