Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 25,1999 PSA#2375

National Institute of Standards & Technology, Acquisition & Assistance Div.,100 Bureau Drive Stop 3572, Bldg. 301, Rm B117, Gaithersburg, MD 20899-3572

58 -- DANISH INTERPRETATION SYSTEM (DIS) SOL 53SBNB960119 DUE 070999 POC Nick Nichols, Contract Specialist, (301) 975-6333: Patrick P. Staines Contracting Officer, (301) 975-6335 WEB: NIST Contracts Homepage, Http://www.nist.gov/admin/od/contract/contract.htm. E-MAIL: NIST Contracts Office, Contract@nist.gov. The National Institute of Standards and Technology (NIST) has a requirement for a Brand name or equal Danish Interpretation System (DIS). Statement of Work/ Specifications. CLIN 0001 The contractor shall provide the following by 15 August 1999, a complete DIS (Danish Interpretation System) 9000 series or equivalent infrared language interpretation system for a minimum of four languages plus the floor language. CLIN 0002 The contractor shall provide a DIS or equivalent conference microphone system and a SHURE or equivalent wireless microphone (all compatible with the language interpretation system) no later than August 15, 1999. CLIN 0003 The contractor shall provide training to NIST staff on set-up, use, trouble-shooting, break-down, storage and use of equipment. CLIN 0004 The contractor shall provide free loan equipment (within 24 hours) during the warranty period while purchased equipment is being repaired. CLIN 0005 The contractor shall provide emergency on-site technical support within one hour of request. The contractor shall provide documentation from the manufacturer who supplies the equipment that the contractor is an authorized outlet fully empowered to support the manufacturer's warranty program. Interpretation System Central Control Unit: Shall contain the control and switching for the signals to and from the interpreters units, an X- tal controlled master oscillator for the carrier wave frequencies, a FM modulator unit for 5 channels and a control panel allowing the technician to monitor the activity on any channel. The unit shall have a switch panel for the selection of the interpreters' outgoing A and B channels. The switches shall have the capacity to be pre-set for any combination of channels. Each modulator unit is provided with a three-position switch for selecting between two frequency channels. The Central Control Unit shall be the DIS CI-9005 or equivalent. Single Interpreters Console: Shall be a compact dual channel interpreter unit designed to provide all the facilities needed by an interpreter. It shall feature two outgoing frequencies (A + B), automatic interlocking, auto relay, volume and separate tone control, cough button (muting), alarm button, speaking too fast button, full two way intercom with operator utilizing OP9009 or equivalent, XLR socket for gooseneck microphone. The single interpreter console shall be a DIS IS-9009 or equivalent. Units shall include 1 IH-9001 Boom microphone per every IS9009, and 1 JB-9000P junction box per every two IS-9009 interpreters' console or equivalent. Infrared Radiators: Shall have a built in power supply featuring recessed high power diodes of the latest GaAs/GaAIAs type, close to 100% modulation, large coverage area, no fan cooling, must use convection principle, small cabinet size in black metal housing and adjustable swivel bracket for easy mounting. The Infrared radiator shall be a DIS RA15-8 or equivalent. The radiators shall be supplied with 1 IC10, ten-meter cable per radiator and one HT94B tripod mount or equivalent. Infrared Receivers: Shall contain "Digital Phase Locked Loop Frequency Synthesizer" technique based on the latest generation of surface mounted chips. It shall contain the following features, high sensitivity, up to 6 channels, frequency response of 30 Hz -- 0 kHz, no audible crosstalk, automatic deactivation, squelch, which mutes headphone output at inaudible signals, frequency selective focusing infrared eye with daylight filter, silent channel switching, operated with disposable batteries. The infrared receivers shall be the DIS IR15-6B or equivalent and be provided with the DH9001 delegate headset or equivalent. Extension Cables: An extension cable is required between each junction box and the control unit. The extension cable shall be the DIS EC-9000-5, 5-meter cable or equivalent. Storage Cases: Since the system as shown above is for portable applications, storage cases are required to insure proper and safe storage between uses: SB 9005 Storage case for CI-9005 or equivalent, SB15-8 Storage case for (2) RA15-8 or equivalent, SB 9009 Storage case for (2) IS 9009 and (1) JB 9000 or equivalent, SB 12 Storage case for (25) IR 15-6B and headphones or equivalent. Microphone central control unit: Shall be a microprocessor-based unit. It shall be used as the basic control unit when a fully automatic system is required or as a power supply when computer control or external control is required. Up to ten CU4005 control units can be linked for control of up to 500 microphones. All microphone units shall connect to the control unit via a single cable that "daisy-chains" from one microphone to the next. The control unit shall include an amplifier for conference microphones with built in speakers. The control unit shall contain a RS232/ RS422 connection port for PC based room control systems such as AMX, Crestron or other control devices. The control unit shall be capable of many operation modes, including FIFO (First In First Out), Automatic, or stand-alone. The control unit shall contain functions for adjusting volume to the loudspeakers and external input device, such as mixing console or wireless microphone receiver. The unit shall have a LCD display for displaying the various modes, number of microphones etc. It shall have input and output capabilities for a variety of external devices such as interpretation equipment, telephone coupler and other line and microphone level devices. The unit shall have automatic test mode. The unit shall have capabilities for connecting up to 10 chairman microphones. The Microphone control unit shall be the DIS CU4005 or equal. Chairman Microphone Unit: Shall contain ON/OFF pushbutton with chairman priority (Chairman overrides delegates) It will contain a "Delegate Off" button for switching off all active delegate microphones. LED lights to indicate "Delegate Off" and "Speak" for when the chairman mic is active. The microphone shall be a gooseneck type with LED ring, which illuminates when the microphone is active, and a speaker built in which mutes when the microphone is active. The Chairman Microphone unit shall be the DIS CM4010P or equal. Delegate Microphone Unit: Shall contain ON/OFF pushbutton for activating the microphone. It shall have LED lights to indicate "Request" and "Speak" for when the mic is active. The microphone shall be a gooseneck type with LED ring, which illuminates when the microphone is active, and a speaker built in which mutes when the microphone is active. The Delegate Microphone unit shall be the DIS DM4010P or equal. Extension Cables: Extension cables are needed between each microphone unit if the distance between two microphones is greater than 2 meters (approx. 6.5 feet) The 2 meter extension cable shall be the DIS EC-4000-2. Storage Cases: Since the system as shown above is for portable applications, storage cases are needed to insure proper and safe storage between uses: SB CU/4 storage case for CU 4005 or CU4101 control unit, SB4010 storage case for (5) Delegate or chairman microphone units. Wireless Lavalier Microphone System: The wireless microphone shall be a complete wireless system, including, a receiver and a body-pack transmitter equipped with a condenser Lavalier microphone. The receiver shall be true diversity with digital frequency control, and tone key squelch circuit. The wireless Lavalier system shall be Shure model SC14 or equal. All software is required to be in accordance with FAR 39.106 -- Year 2000 Compliance: 39.106 -- Year 2000 Compliance. When acquiring information technology that will be required to perform date/time processing involving dates subsequent to December 31, 1999, agencies shall ensure that solicitations and contracts -- (a) (1) Require the information technology to be Year 2000 compliant; or (2) Require that non-compliant information technology be upgraded to be Year 2000 Compliant prior to the earlier of -- (i) The earliest date on which the information technology may be required to perform date/time processing involving dates later than December 31, 1999. (ii) December 31, 1999; and (b) As appropriate, describe existing information technology that will be used with the information technology to be acquired and identify whether the existing information technology is Year 2000 compliant. Warranty: at least one full year on-site warranty on all parts and equipment. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, Quotations are being requested and a written solicitation will not be issued. Solicitation 53SBNB960119 is issued as a request for quotations (RFQ). The solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 97-11. FAR clauses and provisions referenced in this solicitation may be downloaded from http://www.arnet.gov/far. Offerors shall comply with the provision at FAR 52.212-2, Evaluation -- Commercial Items, and submit a sufficient description of the items being offered in order to evaluate compliance with the requirements in this solicitation. Evaluation criteria to be included in paragraph (a) of the provision 52.212-2 are as follows: (1) TECHNICAL CAPABILITY (2) PAST PERFORMANCE: In order to verify past performance the offeror shall provide a list of at least 5 purchasers of the same or similar equipment and services listed in the SOW/Specification. The offeror must include the names of the contact persons and phone numbers to be used in the verification process. Technical capability combined with past performance are significantly more important than price. The Government will award a Firm Fixed Price Purchase Order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be of best value to the Government, price and other factors considered. This action is unrestricted. The Standard Industrial Code (SIC) code is 5731. The small business size standard is $6.5 Million. The clauses at FAR 52.212-1 Instructions to Offerors -- Commercial Items and FAR 52.212-4, Contract Terms and Conditions -- Commercial items, apply to this acquisition. Also the clause at 52.212-5, Contract Terms & Conditions required to implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition, including paragraph B, subparagraphs (11) 52.222-21, (12) 52.222-26, (13) 52.222-35, (14) 52.222-36, (15) 52.222-37, (16) 52.225-3, and (21) 52.225-21, Alternate 1. Department of Commerce Agency-Level Protest Procedures Level Above the Contracting Officer, can be downloaded from the NIST Web Page located at http://www.nist.gov/admin/od/contract/protest.htm. Offers are due by 3:00 P.M. EDST July 9, 1999 and must include a copy of the provisions at 52.212-3, Offeror Representations and Certifications -- Commercial Items which may be downloaded from http://www.nist.gov/admin/od/contract/repcert.htm. All offers should be sent to the National Institute of Standards & Technology, Acquisition & Assistance Division, Bldg. 301, Rm. B117, 100 Bureau Drive, Stop 3572, Gaithersburg, MD 20899-3572. Faxed offers will not be accepted. For information, call the POC identified above. Posted 06/23/99 (W-SN346480). (0174)

Loren Data Corp. http://www.ld.com (SYN# 0299 19990625\58-0005.SOL)


58 - Communication, Detection and Coherent Radiation Equipment Index Page