Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 28,1999 PSA#2397

Commandant (G-CAS-4), U.S. Coast Guard Headquarters, 2100 Second Street, NW, Washington, DC 20593-0001

70 -- INMARSAT SATELLITE TELEPHONES SOL DTCGG8-99-Q-TFA270 DUE 072999 POC SK3 Jason Stieber (202) 267-1574 or SKC John K. Macy, Contracting Officer (202) 267-1574 This is a combined synopsis/solication for commerical items prepared in the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This notice constitutes the only solication; quotes are being requested and a written solication will not be issued. This solication is being issued as a Request for Quotation. This solication document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-11. The standard industrial classification code is 3661. The small business size standard is 1,000 employees. This procurement is a set-side for small business and will not exceed the Simplified Acquisition Threshold. Contract line item number(s) and items, quantities and units of measure are: 001: NERA Liberator Inmarsat Mini-M terminal with Provident (Big Dish) antenna with RF unit or equal, twenty two each; 002: AC Adapter, twenty two each; 003: Fully terminated pigtails from the phone to the extension cable and antenna to the extension cable (extension cable will have N-type female connectors on both ends), fourty four each; 004: 1 year warranty option (if available 2 years). Transportation, lump sum amount, indicate which items are included in the cost of the unit. Technical REQUIREMENTS: Units must be self contained transceiver data modem with removeable handset. Units must use a low-power big dish antenna, and msut have SIM (Subscriber Identity Module) capability, and must be Y2K Compliant. The minimum of a one year warranty for parts & labor; prefer two year option. Unit must have an internal battery pack and must accept 115 VAC power. The size dimensions must be 9" L x 8" W x 3" H for mounting in space available in our equipment racks. Antenna must not exceed the following dimensions: 20" L x 20" W. The maximum weight of the antenna must be 15 pounds, in addtion antenna must have a pole mount bracket from 1 to 2 inches. Antenna must withstand temperatures down to minus 30 Degrees Fahrenheit and winds up to 120 miles per hour. Modems and antenna pigtails must be provided to connect the phone to the antenna using a LMR-400 extension cable terminated N-type female connectors. Modems uses Inmarsat Mini-M Satellite Service for data transmission; units will be used in remote locations of Alaska, Alexandria, VA, and Wildwood, NJ. Modems must have a DB9 female connector using the RS-232 serial interface standard, capable of a signaling rate pf 2400 bps for connecting host equipment. Modems must be capable of accepting user configured profile stored in non-volatile memory, settings in user profile must automatically restore following a power loss without user intervention. Modems must default to 2400 bits per second data speed over a DB9 female RS-232 connection to our existing equipment. Modems must auto-answer when called, and support the standard basic Haynes modem AT command set. Modems must include a user guide and manufacturers information. Offerors shall submit product literature, technical faetures, warranty provisions, and other information for evaluation to: Commanding Officer (a-3): Headquarters Support Command; 2100 2ND St. SW., Room B411: Washington, DC 20593-0001; Attn: SK3 Jason Stieber no later than 12:00 Eastern Standard Time on 29 July, 1999. Delivery is requested no later than 23 days after contract award. Delivery and acceptance is FOB Destination: Commanding Officer, Loran Support Unit, 12001 Pacific Avenue, Wildwood, NJ 08260. Award will be made to the offeror is considered to be the best value to the Government based on the item(s) technical capability to meet the stated needs of the Government based on the item(s) technical capability to meet the stated needs of the Government with consideration to technical/cost and proce tradeoffs and past performance consistent with FAR 13-106. Offerors are required to complete a copy of the provision at 52-213-3 Offeror Representations and Certifications Commerical Items ((FEB 1999) with its offer. The provisions at 52.212-1 Instructions to Offerors Commerical (AUG 1998) and 52.212-4Contract Terms and Conditions Commerical Items (AUG 1998) apply to this acquisition, and incorporated by reference. The clause 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders Commerical Items (MAR 1999) applies to this acquisition with the FAR clauses incorporated by reference as follows: 52.219-8 Utilization of Small Business Concerns, 52.222-26 Equal Opportunity, 52.222-35 Affirmative Action for Disabled Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Disabled Veterans and Veteran of the Vietnam Era, 52.225-3 Buy American Act -- Supplies, 52.225-18 European Union Sanction for End Products, & 52.233-3 Protest After Award. All responsible sources may submit a quote for consideration. Quotations, product literature, technical features, warranty provisions and other information are to be received no later than 12:00 Eastern Standard Time on 29 July, 1999. Facsimile quotations are acceptable and recei8ved at (202) 267-4727. For information regarding this solicitation, contatc SK3 Stieber or SKC John K. Macy, Contracting Officer at (202) 267-1574. jstieber@comdt.uscg.mil or jmacy@comdt.uscg.mil respectivefully. Posted 07/25/99 (W-SN358746). (0206)

Loren Data Corp. http://www.ld.com (SYN# 0367 19990728\70-0013.SOL)


70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page