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