Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 20,1999 PSA#2414

Department of the Air Force, Air Education and Training Command, Luke AFB Contracting Squadron, 14100 W. Eagle Street, Luke AFB, AZ, 85309

58 -- UPGRADE TELECOMMUNICATIONS SYSTEM, BARRY M. GOLDWATER RANGE, AZ SOL F02604-99-R0019 DUE 091499 POC Michael Foster, Contract Specialist, Phone 6028567179 x259, Fax 6028564992, Email mike.foster@luke.af.mil -- Al Zero, Specialized Flight Chief 56CONS/LGCV, Phone (623) 856-3432, Fax (623) 856-4992, Email WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&;ProjID=F02604-99-R00 19&LocID=509. E-MAIL: Michael Foster, mike.foster@luke.af.mil. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation, No. F02604-99-Q0586 is issued as a request for quotation (RFQ). This solicitation document, incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-09. Contract Line Item (CLIN) 0001; NONPERSONAL services to include all labor, parts, materials, transportation, and equipment necessary to comply with the following: STATEMENT OF WORK PROJECT: 99-0729, REPLACE RANGE TELEPHONE SYSTEM, GILA BEND AFB, AZ. This Statement of Work specifies the responsibilities of the contractor and government for the engineering, procurement, installation, test and acceptance of a Digital Microwave telephone system for replacement of the existing Barry Goldwater Range Granger 6018-3A/24 Analog Microwave Telephone system. The contractor will provide all labor and materials necessary for the installation of the replacement equipment. The services will include detailed site engineering with preparation of the necessary installation specifications and drawings as required plus installation, alignment and system acceptance. The replacement equipment must interface with the existing Northern Telecom SL1 telephone system at Gila Bend AFB to provide voice capability to all equipment locations. The contractor will also provide all labor, equipment, and materials necessary to remove existing equipment being replaced. Disposition of the existing equipment, once removed, will be the responsibility of the government. The contractor will install equipment in the locations specified and provide the necessary rack and associated equipment necessary for installation. Contractor will propose a total turn-key digital redundant system including, but not limited to, transmit/receive full duplex microwave units with redundant power supplies, antennas (2GHz parabolic, plane polarized, vertical mount, with 7/8inch heliax non-pressurized wave guide and new connectors, or equivalent), cabling, racks and other necessary equipment. Antennas and wave guides will be mounted on existing towers/poles. The system will be designed and have the capability of 96 (Nx64kBps) channels with 3.5 MHz RF bandwidth capable of supporting 8 T-1s, (Prefer 16 QAM narrow band version equipment with DSX N' if available). Equipment racks will be securely mounted on a concrete floor and will conform to mil/EIA standards. All power supply and microwave units must be rack mounted. Maintenance-free back-up batteries (lead acid batteries are not acceptable) installed with cabling, with no less than 8 hours operational back-up time, will be provided. Quick disconnect cabling is preferred. Contractor will identify any electrical requirements above and beyond existing electrical/power needed for system installation. System must be capable of local and remote (Gila Bend) alarm monitoring. Alarm monitoring system should be PC based and terminated in building 2008 (Maintenance). If special test equipment is required for system maintenance/testing, two units must be provided to the Government. Microwave system will consist of the following locations: Ranges 1 through 4, Childs Mountain, and main base (Gila Bend). Range 4 will transmit to Range 2. Range 2 will combine Range 4 and Range 2 data and transmit to Childs Mountain. Range 1 will transmit to Childs Mountain. Childs Mountain will combine Range 2 and Range 1 data and transmit to main base. Range 3 transmits direct to main base. The frequencies approved for this system are: Range 2 to Childs Mountain 1714.2 (tx) 1753.0 (rx) Range 3 to Main Base (Gila Bend) 1734.5 (tx) 1774.0 (rx) Range 1 to Childs Mountain 1774.0 (tx) 1734.5 (rx) Range 4 to Range 2 1745.5 (tx) 1839.0 (rx) Childs Mountain to Main Base (Gila Bend) 1839.0 (tx) 1745.5 (rx) Contractor will provide one (1) on-site spare equipment kit to include power supply(s), critical component circuit boards, and other equipment as needed to ensure continued operation of the system. Contractor will provide a two-year warranty on all labor, parts, and equipment after acceptance by the Government. This warranty will be equivalent to, or better than, existing government depot level maintenance services. Contractor will provide all engineering documentation to consist of applicable operation and maintenance manuals, instruction manuals, installation drawings and manuals, signal flow drawings per site, system level drawings and site information drawings for the installer and field wiring drawings. The drawings and manuals will be provided to allow field personnel to properly maintain the equipment. This same data, after installation, becomes the property of the government. The contractor will provide qualified and certified personnel and supervisors who are familiar with the proposed equipment. The field personnel will possess the proper class and type of FCC license, as required. A limited amount of on-the-job training will be provided for the 10 government technicians. This will mainly consist of classroom training and instruction on the alignment, test and maintenance of the equipment furnished. The training will be provided during the alignment and test phases of the system/equipment. Training classrooms will be government provided. Contractors interested in bidding this contract are to attend a Mandatory Site Survey on Tuesday, August 31, 1999, 0800 to 1600. Company representatives shall report to the Guard Gate, Gila Bend AFB AZ, which is located approximately five miles southwest of Gila Bend, Arizona on Highway 85. Reservations must be e-mailed to the Contract Administrator, mike.foster@luke.af.mil by August 25th, 1999. The name, social security number, and date of birth must be provided for each person planning to attend the Site Survey. The performance period will be 180 days, and the hours of work shall be Mon-Fri 0700- 1600 hours. Delivery: FOB Destination to Gila Bend AFAF, AZ. The provisions at FAR 52.212-1, Instructions to Offerors -- Commercial Items applies to this solicitation. 52.212-2 -- Evaluation -- Commercial Items. As prescribed in 12.301(c), the Contracting Officer has inserted a provision substantially as follows: (a) The Government will award a contract resulting from this solicitation to the technically acceptable low responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement; (ii) price; (iii) past performance (see FAR 15.304). FAR 15.304(e)(3) Technical and past performance are significantly less important than price. Technical and past performance, when combined, are equal when compared to price. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer, whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Offerors shall include with the submission of their offer a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items. The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and conditions Required to Implement Statutes or Executive Orders -- Commercial Items applies to this acquisition with addenda incorporating FAR clause(s) 52.222-41, Service Contract Act, 52.223-3, Hazardous Material Identification and Material Safety Data, 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam ERA Veterans; 52.222-36, Affirmative Action for Handicapped Workers, 52.223-5, Pollution Prevention and Right-to-Know Information (Feb 1999). The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive orders Applicable to Defense Acquisitions of Commercial items applies to this solicitation with addenda incorporating DFARS clause(s) 252.225-7001, Buy American Act and Balance of Payment Program. To be considered for award, bidders must also comply with DFARS 252.204-7004, Required Central Contractor Registration and DFARS 252.232-7009, Payment by Electronic Funds Transfer. Central Contractor Registration information can be obtained through the Internet at www.acq.osd.mil/ec or by calling (888) 352-9333. This project is exempt from the Service Contract Act Wage. Offers shall be submitted in writing and received not later than 4:00 PM local time, 14 September 1999 There is a MANDATORY site visit scheduled for the time specified in the statement of work.If you have any questions or concerns, contact SSgt Mike Foster at (602) 856-7179 x 259. All proposals must be e-mailed to mike.foster@luke.af.mil, faxed to (602) 856-4992, or mailed to 14100 W. Eagle St. Luke AFB, AZ 85309 to the attention of SSgt Mike Foster. Posted 08/18/99 (D-SN369507). (0230)

Loren Data Corp. http://www.ld.com (SYN# 0287 19990820\58-0006.SOL)


58 - Communication, Detection and Coherent Radiation Equipment Index Page