Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 25,1998 PSA#2124

Defense Information Systems Agency, DITCO-NCR, 701 South Court House Road, Arlington, VA 22204-2199

58 -- MICROWAVE TERMINALS, CARRYING CASES AND TRAINING SOL DCA100-98-R-0043 DUE 071598 POC Andrias Woody, Contract Specialist (703) 607-4605, Fax (703) 607-4611 or George Robertson, Contracting Officer (703) 607-4603 This is a combined synopsis/solicitation 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 REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. Sealed offers in original and one copy for furnishing the supplies and services will be received at DITCO-NCR, Attn: DTN4, Mr. Andrias Woody, 701 S. Court House Rd., Bldg. #12, Arlington, VA 22204-2199 until 2:00 p.m. (local time), 15 July 1998. This acquisition being issued as Request for Proposal (RFP) DCA100-98-R-0043 is for DMC Microwave Terminals, Spares and Carrying Cases, to include spares, training and documentation. The SIC Code is 3663 with a size standard of 750. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-04. The Government anticipates one award to be made from this solicitation. THE GOVERNMENT'S REQUIREMENT SHALL NOT BE PROPOSED AS OPTIONAL FEATURES. THE CONTRACTOR'S TECHNICAL AND PRICE PROPOSALS SHALL CLEARLY DEMONSTRATE THAT ALL FUNCTIONAL REQUIREMENTS IN THIS SOLICITATION ARE MET. DO NOT PROPOSE OPTIONAL FEATURES WHICH EXCEED THE STATED PERFORMANCE REQUIREMENTS IN THIS SOLICITATION. The following is a description of the terminals, carrying cases and training to be acquired: Line Item 0001, Eighteen (18) each; Microwave terminals with antennas (indoor/outdoor units). Line Item 0002, One (1) each; Spare Antenna. Line Item 0003, Eleven (11) each; Spare Indoor Units only, no antennas. Line Item 0004, Eleven (11) each; Spare Outdoor Units only, no antennas. The microwave terminals resulting from this award shall be Year 2000 compliant for information technology systems as prescribed in FAR Part 39 and DoD, to include sample testing of equipment and documentation. The microwave terminals must provide the capability of Full Duplex RF Communication using frequencies that are available worldwide. The frequencyband selected by the contractor shall be capable of being used in any location in the United States or any other country worldwide. The terminals shall interface up to 4 DS-1 inputs, modulate and multiplex them into one RF output and perform the reverse on the receive side. The terminals must be compatible with the following: (a) line of sight systems that are 4xDS1; (b) Forward Error Correction (FEC) Coding; (c ) built in test equipment; (d) switchable coding between: AMI and B8ZS; (e) Framing: D4 and ESF; (f) ISDN PRI capable (23B-1D), (g) Frequency agile (programmable) RF (outdoor) units; (h) indoor/outdoor separation a minimum of 500 ft using RG-6 or equivalent cables; ( i) outdoor equipment must be weather-proof; (j) antenna diameter shall not exceed 18 inches, antenna shall be capable of being mounted on a tripod or pipes not to exceed a diameter of 4 inches; (k) it is desired that the terminal be SNMP manageable; (l) the indoor unit (modem) shall not exceed 2 IU high and shall be mountable in an 19" rack mount container (Container will be furnished by Government); (m) terminals shall be capable of a minimum of a five (5) mile transmission path; (n) terminal shall operate from 110/220 vac (+/- 10%), 47-63 Hz. Line Item 0005, the contractor shall provide one (1) training class at a Government facility in Washington, DC area for up to 15 students. The training class shall include all training handouts necessary to perform operation and maintenance, including all technical capabilities of the system. With the training, the contractor shall provide reproducible copies of all training handouts, instructor notes and briefing materials. The training shall be multi-media computer based training on CD-ROM utilizing Windows NT 4.0 as the operating system. The multi-media computer training shall provide operation and maintenance of the system to the same level as presented in the classroom course given by the contractor. The contractor shall provide 15 copies of the CD-ROM at the time of delivery of the systems. LineItem 0006, the number of cases to be procured are eighteen (18) cases to house one (1) antenna and one (1) outdoor unit and Line Item 0007, nine (9) cases to house one (1) spare indoor unit and one (1) spare outdoor unit. The minimum salient characteristics for the cases are (a) case constructions: sturdy, unitized one (1) piece molded light gray polyethylene hinged lid and body; (b) case shall custom foam fit equipment in each case; (c ) case weight: not more than 140 lbs with equipment; (d) cases will not exceed 36 inches in length, 36 inches in height and 24 inches wide; (e) cases will have no excess space, but will provide equipment adequate protection from damage; (f) cases shall have automatic pressure equalization values installed; (g) lids shall offer positive sealing so as to prevent liquid seepage and afford adverse environmental protection; (h) positive stacking: cases shall incorporate the means for positive stacking, i.e. cases shall be able to stack a minimum of three (3) high with no tip-over hazard; ( i) cases shall have four (4) recessed folding carry/lift handles with two (2) each on opposite panels of narrow sides of case; (j) interlocks/catches shall be recessed, shear resistant and designed to prevent accidental opening as well as offer secure closure; (k) cases shall have high dynamic impact strength in an operational range of -40 degrees to +140 degrees Fahrenheit; (l) cases shall have labels on all four (4) sides. Labels shall be made of vinyl or other material which is waterproof. Labels will state: contents of case, weight of case with equipment, and cubic feet of case. Lettering on labels minimum size 0.75 inches. All items to be delivered FOB Destination at a location in the Washington, DC area at zip code 20373 (exact address to be provided at award), sixty (60) days after receipt of award for the hardware, spares and cases, and within thirty (30) days after hardware delivery for the training. Offerors shall propose their commercial warranty and all shipping costs are to be included in the proposed price. The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. The provisions at DFARS 252.204-7004, Required Central Registration and subparagraph (b)(1) applies to this acquisition and is hereby incorporated by reference as follows: By submission of an offer, the offeror acknowledges the requirement that prospective awardee must be registered in the CCR database prior to award, during performance, and through final payment of any contract resulting from this solicitation, except for awards to foreign vendors for work to be performed outside the United States. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to this solicitation is lowest priced and technically acceptable. All offerors shall submit a completed copy of the provisions at FAR 52.212-3 and DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items, with their offer. IF YOU DO NOT HAVE A COPY OF THESE, PLEASE REQUEST IN WRITING, THAT A COPY BE FAXED TO YOU. YOUR OFFER MUST CONTAIN THESE REQUIRED CERTIFICATIONS AND REPRESENTATIONS IN ORDER TO BE CONSIDERED. The points of contact for information regarding this solicitation are Mr. Andrias Woody at (703) 607- 4605 or George Robertson at (703) 607-4604. The FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes for Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this solicitation. The following additional FAR and DFARS clauses cited are applicable: FAR 52.203-6, 52.203-10, 52.217-5, 52.217-9, 52.219- 8, 52.219-9, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.232-33. DFARS 252.212-7000, 252.212-7001, 252.219-7003, 252.225-7001, 252.225-7015, 252.227-7037 and 252.233-1000. Please note that pursuant to the requirements of DFARS 252.219-7003, large business offerors must submit a subcontracting plan if your proposal is in excess of $500,000. (0174)

Loren Data Corp. http://www.ld.com (SYN# 0304 19980625\58-0003.SOL)


58 - Communication, Detection and Coherent Radiation Equipment Index Page