Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 10,2000 PSA#2554

Naval Research Laboratory (NRL-SSC), Attn: Code 3235, Building 1007, Room 44, Stennis Space Center, MS 39529-5004

70 -- HIGH SPEED OPTICAL NETWORK TECHNOLOGY SOL N00173-00-R-JR04 DUE 041000 POC Contract Specialist, Jerry Riles (228) 688-4259; Contracting Officer, Patricia A. Lewis WEB: click here to download copy of RFP, http://heron.nrl.navy.mil/contracts/rfplist.htm. E-MAIL: click here, jriles@nrlssc.navy.mil. 17. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation 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, N00173-00-R-JR04, is a request for proposal (RFP). The incorporated provisions and clauses of this acquisition are those in effect for Federal Acquisition Regulation (FAR) and Federal Acquisition Circular 97-15 and for Defense Federal Acquisition Regulation Supplement (DFARS) through Defense Federal Acquisition Regulation 91-13. The small business size standard for this acquisition is $7.0 million and the SIC code is 1731. This acquisition is unrestricted. INTRODUCTION: The Naval Research Laboratory (NRL), has been engaged in a program to evaluate and demonstrate commercial off-the-shelf (COTS) high-speed optical network technology. The goal of this project is to develop network architecture suitable for Navy needs on both ship and shore based facilities, utilizing COTS services and equipment were possible. If necessary, custom or modified components are used in order to meet performance requirements. SONET (synchronous optical network) and ATM (asynchronous transfer mode) form the backbone telecommunication technology that has been the preferred means of providing integrated services networks in the commercial environment. Standard interfaces and protocols have been developed to allow for the integration of equipment and services from multiple vendors. Available SONET-compatible hardware and software cover a range of data rates from 16 Kbits per second up to 10 GBits/second. The data rates available with SONET and the availability of commercial off-the-shelf SONET equipment and interfaces make this technology well suited to meet Navy requirements for data rates up to 10 GBits/sec. NRL currently operates a SONET/ATM network testbed based on COTS and custom SONET/ATM equipment. Optical interfaces in use include OC-3 (155 MBit/s), OC-12 (622 MBit/s), OC-48 (2.488 GBit/s), and OC-192 (10 GBit/s). The network is used to test a mix of voice, video, and data applications. NRL has a requirement for CLINs 0001, 0002, and 0003. CLIN 0001: The Contractor shall deliver and install two DWDM terminals together with the associated hardware, firmware, software, and documentation to demonstrate an installed working high performance network transporting data from customer premise equipment interfaced using OC-48andOC-192 signals over single mode fiber. The DWDM equipment shall meet the following requirements: 1.1. The Contractor shall configure, deliver, and install a high performance DWDM point-to-point network based on either the ITU 100 Ghertz or ITU 50 Ghertz DWDM grid capable of transporting both SONET OC-48 (2.488 GBit/s) and SONET OC-192 (10 GBit/s) data and based on either the ITU 100 Ghertz or ITU 50 Ghertz DWDM grid. The installation will serve as a testbed as to the suitability of a DWDM based network in carrying SONET/ATM telephone, video, sensor, and digital data traffic. Additionally, the DWDM network will be used to test custom devices currently under fabrication at NRL. The system as delivered must be capable of providing two full-duplex connections at the OC-48 rate and two full-duplex connections at the OC-192 rate. 1.2. Each of the DWDM terminals must include two (2) OC-48 full-duplex single-mode and two (2) OC-192 full-duplex single-mode fiber interfaces for customer premise equipment. The OC-48 and OC-192 must be long reach single mode fiber interfaces compliant with ANSI T1.106/88, ANSI T1.105/88, and BELLCORE TR-253. 1.3. The multiplexed optical signal between the DWDM terminals as delivered must operate at four wavelengths selected from the ITU 100 GHertz Grid. Three of the wavelengths should be spaced as closely as vendor specific standard configuration options for the DWDM terminals permit. The following wavelengths are preferred, but not required, for lab analysis of crosstalk between signals: 1562.23 Nanometers; 1550.92 Nanometers; 1550.12 Nanometers; and 1549.32 Nanometers. 1.4. The DWDM terminals must be field upgradeable to support at least 40 full-duplex channels. 1.5. The DWDM terminals must operate over an 80-kilometer link as delivered. 1.6. The DWDM terminals must support the use of Forward Error Correcting (FEC) code as delivered. If the FEC code is not based on an accepted standard for DWDM networks, the FEC hardware must be firmware upgradeable to allow updates to evolving FEC standards. 1.7. The contractor shall deliver the required hardware, software, and firmware to implement a point-to-point DWDM network. The hardware, firmware, and software used to implement this system must be upgradeable to a DWDM Add-Drop ring configuration. 18.. The contractor shall furnish all required racks to house the DWDM Network Terminals. 1.9. The critical components of the network, the DWDM terminals and their associated OC-48 and OC-192 single-modemode interfaces, shall be American made. 1.10. The DWDM network as delivered must operate off of standard 110v wall receptacles. The contractor shall furnish all power supplies and wiring necessary to convert 110v to the operating voltage required by the DWDM terminals. CLIN 0002: DOCUMENTATION: The contractor shall furnish all required documentation necessary o install, configure, operate, administer, and maintain the DWDM terminals. This shall include the normal ancillary documentation required for normal operation and maintenance of the system. CLIN 0003: WARRANTY: All hardware shall be warranted in accordance with standard commercial practices, and shall cover all parts and labor. The warranty period shall begin after installation and acceptance of the network. Software and firmware maintenance shall be provided for a period of one year from date of installation. Delivery and acceptance is the Naval Research Laboratory, 4555 Overlook Ave. S.W. Washington, DC 20375-5326, FOB Destination, no later than 90 days from date of award. The FAR and DFAR provisions and clause sited herein are incorporated by reference into this solicitation. Offerors are advised to propose in accordance with the provision at FAR 212-1, Instructions to Offerors-Commercial Items. The proposal must demonstrate an understanding of all requirements covered in the RFP's terms and conditions. General statements that the offer can or will comply with the requirements, that standard procedures will be used, that well known techniques will be used, or paraphrases the RFP's Specifications in whole or in part will not constitute compliance with these requirements concerning the content of the technical proposal. Offerors will be evaluated in accordance with FAR 212-2, Evaluation-Commercial Items. The specific evaluation criteria under paragraph (a) of FAR 52.212-2 is: (1) price (2) technical capability of the item offered to meet NRL's need (3) past performance. Technical and past performance combined, are of equal importance compared to price. Offerors are advised to include with their offer a completed copy of the following provisions located in full text at: http://heron.nrl.navy.mil/contracts/reps&certs.htm. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items and DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate. The following FAR clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions-Commercial items, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items. The additional clauses that are applicable to this acquisition are FAR 52.203-6, FAR 52.203-10, FAR 52.219-8, FAR 52.222-26, FAR 52.222-35, FAR 52.222-36, FAR 52.222-37, FAR 52.225-3, FAR 52.225-18, and FAR 52.247-64. The clauses at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The additional clauses cited applicable to this acquisition are DFARS 252.225-7001, DFARS 252.225-7007, DFARS 252.225-7012, DFARS 252.204-7004, and DFARS 252.232-7009. Any contract awarded as a result of this solicitation will be a DO rated order certified for national use under the Defense Priorities and Allocations System (DPAS) (15CFR 700). Any questions generated, as a result of this solicitation must be received no later than 10 days before the closing date. Original and two (2) copies of the Offerors proposal must be delivered to Contracting Officer, Bldg. 1007, Rm. 47, Naval Research Laboratory-SSC, Code 3235:JR, Stennis Space Center, MS, 39529-5004, and received no later than 4:00 p.m. E.S.T. on 10 April 2000. The package should be marked RFP N00173-00-R-JR04, Closing Date: 10 April 2000. For more information regarding this solicitation contact Jerry Riles, Contract Specialist at (228) 688-4259. All responsible sources may submit a proposal, which shall be considered by the agency. Synopsis number JR04. Cite: (W-259 SN122785) Posted 03/08/00 (W-SN432342). (0068)

Loren Data Corp. http://www.ld.com (SYN# 0282 20000310\70-0001.SOL)


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