Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 11,2000 PSA#2535

U.S. Department Of HUD, New York Asc, New York Contracting Branch (2AACO), 26 Federal Plaza, Room 35-120, New York, NY 10278-0068

58 -- COMMUNICATION EQUIPMENT/LAND MOBILE EQUIPMENT SOL R-NYC-00560 DUE 030700 POC Monique Williams, Contract Specialist (212)264-8000x3315 WEB: Click here to go to HUD's Contracting Opportunities, http://www.hud.gov/cts/ctsoprty.html. E-MAIL: Click here to contact Monique Williams, Monique_Williams@hud.gov. 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; offers are being requested and a WRITTEN SOLICITATION WILL NOT BE ISSUED. This is an unrestricted solicitation, but for the determination of small businesses the Standard Industrial Code (SIC) is 3669, 750 employees. The U. S. Department of Housing and Urban Development (HUD), New York Contracting Branch is issuing Request for Quotations (RFQ) Number R-NYC-00560- for the Office of Inspector General (OIG) which has a requirement to: 1. Convert all of it's current land mobile radio equipment from the current vocoder and encryption formats, to the vocoder and encryption formats as detailed in the EIA/TIA-102 (Phase I) published standard for digital and encrypted land mobile radio communications utilizing 12.5 Khz channel spacing; 2. The OIG requires that the encryption hardware be fully and completely capable of utilizing the Advanced Encryption Standard (AES) through software modifications only; 3. The OIG also requires the software, equipment, and accessories needed to program, configure, and load encryption keys into the upgraded equipment. The following Motorola parts will need to be placed in the equipment by the vendor to meet the EIA/TIA-102 (Phase I) standards and requirements stated above in 1 & 2: ASTRO SABER PORTABLES (155 each)-Part#N1710 (Astro Saber Digital Conv Upgrade);Q806 (ENH:Astro CAI Upgrade);Q324 (ENH:Upgrade to conventional);Q498 (ADD:Astro P25 & MDC OTAR);NTN1712 (DES/DES-XL/DES-OFB Encryption);XTS3000 PORTABLES (71 each)-Part#T5777(Digital Conventional Upgrade);Q806(ENH: Astro Digital CAI Operation);Q324(ENH:Upgrade to Conventional);Q498(ADD:Astro P25 and MDC OTAR);NTN9121(DES/DES-XL/DES-OFB Encryption);ASTRO SPECTRA MOBILES (175 each)-Part#H1619(Astro Spectra Digital Conv Upgrade);Q806(ENH:Astro CAI Upgrade);G344(ENH:Upgrade to Conventional);G298(ADD:Astro P25 & MDC OTAR);HLN1441(DES/DES-XL/DES-OFB Encryption);CONSOLETTE BASE STATIONS (3 each)-Part#H1619(Astro Spectra Digital Conv Upgrade);Q806(ENH:Astro CAI Upgrade);G344(ENH:Upgrade to Conventional);G298(ADD:Astro P25 & MDC OTAR);HLN1440(DES/DES-XL/DES-OFB Encryption);QUANTAR REPEATERS (14 each)-Part#T5503(Conventional Upgrade Kit);X793(Epic Board Already in Use);X807(ENH:Conventional Astro CAI). The following equipment will need to be provided by the vendor to the HUD-OIG to meet the requirement set out in 3 above: PROGRAMMING/CONFIGURATION (11 each)-Item#RLN1015 (Smart Rib);30-80390B48 (9 Pin SRIB Computer Interface Cable);01-80302E27 (120v SRIB Power Supply);RVN4100(RSS Software, Digital Saber);RKN4035(Flash Cable, Astro XTS3000);RKN4047(Flash Cable, Astro Spectra);RVN5002(RSS Software, Quantar);30-80369E31(Programming Cable-Quantar);LOADING ENCRYPTION KEYS (11 each)-Item#T5795(KVL 3000 Hardware);X795(ADD:Basic Software Package);X423(ENH:DES DES-XL DES-OFB);NTN1308(Charger,120v, Dual Unit);CDN6428(PCMCIA Modem Card);S3027(Data Interface Box). All portable, mobile and consolette base station equipment undergoing conversion by the vendor will be shipped from each individual HUD-OIG offices (11 locations within the United States) directly to the vendor's location. There will be a total of 11 shipments or phases. At each phase, HUD-OIG will ship approximately 15-20 mobile and approximately 15-20 portable radios via overnight delivery. The next phase will not start until the previous phase is complete.. The vendor is required to download/read all of the personality/programming/configuration information from the radios (including but not limited to programmed frequencies, channel & zone configurations, Unit/MDC/OTAR/Astro identification data) that must be programmed back into the radio by the vendor prior to returning the radio to the HUD-OIG offices. The vendor then must perform the upgrade of the radios including the installation of all modules and parts. The vendor must then program all of the information that had been previously read from the radio back into it and verify that the radio operates properly. The vendor will then ship the equipment back to the HUD-OIG offices overnight at the vendor's expense. The vendor will be required to complete the work performed on, verify the proper operation of, and ship the radios back to the originating HUD-OIG Office within one week of receipt of the radios. The vendor will provide the HUD-OIG the software, equipment and accessories necessary for the HUD-OIG to have the repeater equipment upgraded locally by a third party. Period of performance will be 12 months after the effective date of the contract It is also issued in accordance with Federal Acquisition Regulation (FAR) 12.203 and Subpart 13.5,Test Program For Certain Commercial Items. Additional Information. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-14. All FAR clauses and provisions referenced below may be reviewed and/or obtained from the General Services Administration's Federal Acquisition Regulation web site at Internet address http://www.arnet.gov/far. Or you may contact Monique Williams, Contract Specialist at 212-264-8000 Extension 3315. You may also send a fax request to 212-264-8521 or send an E-mail to Monique_Williams@hud.gov to request a copy of the provisions and clauses incorporated by reference, especially 52.212-3 Offeror Representations and Certifications -- Commercial Items (OCT 1999). The following applies to this acquisition: FAR 52.212-1 Instructions to Offerors-Commercial Items (NOV 1999); (a) Standard industrial classification (SIC) code and small business size standard. The SIC code and small business size standard for this acquisition appear in Block 10 of the solicitation cover sheet (SF 1449). However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish and item which it did not itself manufacture, is 500 employees. (b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show. (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3; (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (d) ... (e) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately. (f) ... (g) Contract award. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (h) Multiple awards. The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer. (i) ... (j) Data Universal Numbering System (DUNS) Number. (Applies to offers exceeding $25,000.) The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation "DUNS" followed by the DUNS number that identifies the offeror's name and address. If the offeror does not have a DUNS number, it should contact Dun and Bradstreet to obtain one at no charge. An offeror within the United States may call 1-800-333-0505. The offeror may obtain more information regarding the DUNS number, including locations of local Dun and Bradstreet Information Services offices for offerors located outside the United States, from the Internet home page at http://www.dnb.com/. If an offeror is unable to locate a local service center, it may send an e-mail to Dun and Bradstreet at globalinfo@mail.dnb.com. 52.212-4 Contract Terms and Conditions -- Commercial Items (May 1999). 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (May 1999). 52.232-34 Payment by Electronic Funds Transfer- Other than Central Contractor Registration (May 1999). Submission Requirements: Theofferors must submit with their quotations the following : A) A capability statement of how you meet the requirements set forth above. B) Prices per Motorola part set forth above and price per unit for all other costs. C) References (names, address and telephone number of at least three customers for whom offeror has done similar work. D) 52.212-3 Offeror Representations and Certifications -- Commercial Items OCT 1999). Signed and dated offers with firm's letterhead must be submitted to HUD, NY Contracting Branch, Room 35-120, 26 Federal Plaza, NY, NY 10278-0068 no later than March 7, 2000 at 3:00 PM Eastern Time. All quotations must be submitted in THREE (3) copies. The envelope should identify the Solicitation by the Number R-NYC-00560. NO FAXED quotations will be accepted. Evaluation Criteria : 52.212-2 Evaluation -- Commercial Items (Jan 1999). The Government will award a contract resulting from this combined synopsis/solicitation to the responsible offeror whose quotation conforming to this synopsis/solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotations: A) Capability of the offeror to provide the service that is referenced in this solicitation by the specified delivery date or as close to this date as possible to the HUD locations specified. B) Price. C) Past Performance as evidence by references. Special Announcement: This notice will be posted on HUD's Internet Home Page since HUD posts all required notices of its contracting opportunities at http://www.hud.gov/cts/ctsoprty.html. Potential offerors who download copies of solicitations from HUD's Home Page Contracting Opportunities will not automatically receive any amendments to those solicitations. You are advised to check back frequently to see if HUD has issued any amendment to solicitations you have obtained. All amendments will be posted on the CBD and on the HUD's Home Page Contracting Opportunities site. Posted 02/09/00 (W-SN423597). (0040)

Loren Data Corp. http://www.ld.com (SYN# 0293 20000211\58-0002.SOL)


58 - Communication, Detection and Coherent Radiation Equipment Index Page