Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 25,2000 PSA#2672

Fleet & Industrial Supply Center, Regional Contracts Dept, Attn: Bid Officer/Code 210A94, 937 N. Harbor Drive, Suite 212, San Diego, CA 92132-0212

58 -- COMMUNICATION SYSTEM SOL N00244-00-T-1315 DUE 090700 POC Contact Bid Officer at 619-532-2692; Contract Specialist, P. Estrada at 619-532-2650 WEB: Click here to link to the FISC San Diego website., http://www.sd.fisc.navy.mil. E-MAIL: Click here to send an email to the Contract Specialist., penny_a_estrada@sd.fisc.navy.mil. This is a combined synopsis/solicitation and A NOTICE OF INTENT TO ISSUE A SOLE SOURCE PROCUREMENT for a Commercial Items prepared in accordance with the format in FAR parts 12 and 13 as supplemented with additional information included in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION TO BE ISSUED; quotes are being requested. The solicitation number for this Request for Quote is N00244-00-T-1315 and closes on 07 SEP 2000, 03:00PM Pacific Time. This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-18. This solicitation is unrestricted. The Standard Industrial code is 3669. The Federal Supply Code is 5895. Statement of Work/Description: The requirement is for a Voice Communication System consisting of the following major features: Two (2) non-proprietary systems created with off-the-shelf equipment, (custom wiring is acceptable), capable of 14 Voice Channels -- 12 'Simulated Radio' and 2 Private Headset/Beltpack circuits. The systems will be located in separate building and must be able to operate as stand-alone systems or communicate directly with each system on corresponding channels utilizing a common configuration file programmed from a Window NT Workstation. The multiplexed connection between the two sites will also provide VTC/Data connections. Master Control Unit minimum requirements: -Two (2) 72 audio/data ports; 6 RU (Rack Units) in size; Primary plus redundant power modules with audible alarm; Windows NT programming interface by means of DB-9F/RS-232 connectors; 20Hz-15kHz+/ -- 1dB Frequency Response; <0.09% Harmonic Distortion; >80dB Signal-to-Noise Ratio (SNR); Variable Output Levels; Electronically balanced 100 ohm Output Impedance; External interfaces to TEL-14 (Dual Telephone)/FOR-22 Dual 40-wire/CCI-22 Dual Party LIne/RLY-6 Relay/GPI6 General Purpose Input. -Thirty (30) Master Stations Capable of simultaneous communications and monitoring of up to 9 Channels with Push-to-Talk (PTT) Handsets: Maximum 1RU in size; Digital LCD Channel Labeling; Programmable from Master Control Unit via Computer (Windows NT); 'On-the-Fly' reprogramming without interruption to other circuits. One hundred and thirty five (135) Dual Channel Communication Boxes with Speaker. One Hundred and seven (107) require PTT Handsets. Not to exceed 8.25"w x 4.5"H x 1.75"D. -Thirty-seven (37) Dual Channel Headset/Beltpack Stations which can interface with the main system through programming of Master Control Unit. -- Dial or Slide Channel Assignment Panels for manually assigning one of up to 12 channels to the 135 Dual Channel Communication boxes. -Expansion Capability to add additional voice channels and interface with Telephone/STU-III and Fleet Radio Circuits. (Site #1) Item 0001: CLEAR-COM ICS92 DISPLAY STATION -- QUANTITY (QTY) (17) EACH; ITEM 0002: CLEAR-COM COMPACT 72 MAINFRAME -- QTY (1) EACH; ITEM 0003: CLEAR-COM IMF3 MODULE FRAME -- QTY (1) EACH; ITEM 0004: CLEAR-COM PSU101 POWER SUPPLY -- QTY (2) each; ITEM 0005: CLEAR-COM PGMWIN PROGRAM SOFTWARE -- QTY (1) EACH; ITEM 0006: CLEAR-COM MTXA8 INTERFACE CARD -- QTY (8) EACH; ITEM 0007: CLEAR-COM CONFIG1 SYSTEM CONF CARD -- QTY (1) EACH; ITEM 0008: CLEAR COM CC122 INTERFACE MODULE -- QTY (7) EACH; ITEM 0009: CLEAR-COM KB211 SPEAKER STATION -- QTY (57) EACH; ITEM 0010: CLEAR-COM HS6 TELEPHONE HANDSET -- QTY (46) EACH; ITEM 0011: CLEAR-COM RS502 2 CH. BELTPACK -- QTY 24 EACH; ITEM 0012: CLEAR-COM PS464 POWER SUPPLY -- QTY (5) EACH; ITEM 0013: RTS SAP 1626 SOURCE ASSIGN PANEL -- QTY (2) EACH; ITEM 0014: ASG HEASET, LIGHTWEIGHT W/NC4FX -- QTY (24) EACH; ITEM 0015: RTS SSA 324 INTERFACE-RTS-/4-WIRE -- QTY (1) EACH; ITEM 0016: RTS MCP2 SINGLE RACK MOUNT KIT -- QTY (1) EACH; ITEM 0017: SYSTEM DESIGN AND ENGINEERING (SITE 1) -- QTY (1) EACH; (Site #2) ITEM 0018: CLEAR-COM ICS92 DISPLAY STATION -- QTY (13) EACH; ITEM 0019: CLEAR-COM COMPACT 72 MAINFRAME -- QTY (1) EACH; ITEM 0020: CLEAR-COM IMF3 MODULEFRAME -- QTY (1) EACH; ITEM 0021: CLEAR-COM PSU101 POWER SUPPLY -- QTY (2) EACH; ITEM 0022: CLEAR-COM PGMWIN PROGRAM SOFTWARE -- QTY (1) EACH; ITEM 0023: CLEAR-COM MTXA8 INTERFACE CARD -- QTY (7) EACH; ITEM 0024: CLEAR-COM CONFIG1 SYSTEM CONF. CARD -- QTY (1) EACH; ITEM 0025: CLEAR-COM CC122 INTERFACE MODULE -- QTY (7) EACH; ITEM 0026: CLEAR-COM KB211 SPEAKER STATION -- QTY (78) EACH; ITEM 0027: CLEAR-COM HS6 TELEPHONE HANDSET -- QTY (91) EACH; ITEM 0028: CLEAR COM RS502 2 CJ BELTBACK -- QTY (13) EACH; ITEM 0029: CLEAR-COM PS464 POWER SUPPLY -- QTY (4)EACH; ITEM 0030: RTS-SAP 1626 SOURCE ASSIGN PANEL -- QTY (2)EACH; ITEM 0031: ASC HEADSET, LIGHTWEIGHT W/NC4FX -- QTY (13) EACH; ITEM 0032: SYSTEM DESIGN AND ENGINEERING -- QTY (1) EACH; The following clauses and provisions are applicable and hereby incorporated into the solicitation by reference in lieu of being checked and will be provided by the contracting officer in full text upon request. FAR 52.204-6 DUNS Number FAR 52.212-1; FAR 52.212-3 Alt ii ; FAR 52.212-4; FAR 52.212-5, FAR 52.214-31 Facsimile Bids; FAR 52.222-21; FAR 52.222-26; FAR 52.222-35, FAR 52.222-36, FAR 52.222-37, FAR 52.222-41; FAR 52.222-42; 52.222-44;; FAR 52.219-1; FAR 52-232-33, Payment by Electronic Funds Transfer; DFAR 252.212-7001, Contract terms and conditions; DFAR 252.225-7000, DFAR 252.225-7001, Buy American Act Balance of Payments, DFARS 252-225-7036 Buy American Act-NAFTA, DFAR 252.243-7002 Certification of requests For Equitable Adjustment, Local L331 Review of Agency Protest. Responsible parties interested in submitting a quote in response to this solicitation may submit their quote in accordance with their standard commercial practices, (e.g. on company letterhead, formal quote form, etc.). Contractors must include the company's complete mailing and remittance addresses, payment terms, and company's CAGE Code, Dunn and Bradstreet (DUNS) number, and company federal tax identification number. DFAR 252.204-7004 Required Central Contractor Registration (Mar. 1998). Contractors must be registered on the Central Contractor Registration Database prior to issuance of a contract. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423, or via the Internet at http://www.ccr2000.com. All FAR certifications and representations specified must be submitted with your quote. The government intends to make a single award to the responsible offeror whose offer is the most advantageous to the government. To be determined technically acceptable, the offeror must furnish product literature that demonstrates the products offered and providing documentation of your technical capabilities. Responses from responsible Offerors and inquiries may be mailed or delivered to FISC SD, Attn: Bid Officer, 2nd floor, 937 N. Harbor Drive, San Diego, CA 92132-0212 or faxed at 619-532-2347. Contractors are responsible for all faxes. Posted 08/23/00 (W-SN489422). (0236)

Loren Data Corp. http://www.ld.com (SYN# 0233 20000825\58-0003.SOL)

58 - Communication, Detection and Coherent Radiation Equipment Index  |  Issue Index |


Created on August 23, 2000 by Loren Data Corp. -- info@ld.com