Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF APRIL 25, 2001 PSA #2837
SOLICITATIONS

58 -- INTEGRATED DIGITAL RADIO ACCESS AND CONTROL SYSTEM

Notice Date
April 23, 2001
Contracting Office
USASOC, DCOFS Acquistion And Contracting, Bldg. E-2929, Fort Bragg, NC 28310
ZIP Code
28310
Solicitation Number
USZA92-01-Q-0010
Response Due
May 10, 2001
Point of Contact
Barbara Bowles, Contracting Officer (910) 432-8598
E-Mail Address
Click here to contact Barbara Bowles via e-mail. (bowlesb@soc.mil)
Description
The US Army Special Operations Command, Fort Bragg, North Carolina has a requirement for the Purchase, Delivery and Installation of an Integrated Digital Radio Access and Control System. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. All quotes shall reference the Request for Quotation number USZA92-01-Q-0010. Solicitation document and incorporated provisions and clauses are those in effect through FAC 97-23. It is the Contractor's responsibility to be familiar with all applicable clauses and provisions. The North American Industry Classification System (NAICS) is 3342. The size standard is 750 employees. This requirement is unrestricted. Each requirement shall meet the following minimum specifications. Background: The Integrated Digital Radio Access and Control System will connect 10 radios, 6 phones and an intercom system for two operator workstations while providing audio and volume control and allowing the operator to visually recognize all system activity. REQUIREMENT ONE: The Integrated Digital Radio Access and Control System operator work stations shall provide centralized audio access and volume control for the following ten radios; six PSC-5 radios, two Datron 1kw HF receiver/transmitters, one TRQ-43 SMRS base system, and one EHF SCAMP terminal. It shall also provide audio and volume control for six phone lines; two STU-III secure phones, two commercial PSTN, and two PBX phone lines. It shall provide radio to phone patch capability and intercom between positions. It shall be software upgradable for radio control, i.e. changing frequencies, configuration, cryptography etc. at a later date. It shall provide a windows based liquid crystal touch screen control with the ability to select transmit, receive, and mute. This display shall be at least 10 inches diagonal and allow the position operator to visually recognize all radio, phone, and intercom system activity. It will have at least two headphone and mic sets per work station. REQUIREMENT TWO: The Integrated Radio Access and Control System shall share commonality of components and operation with the Army First Digitized Division's Tactical Operations Center (TOC) and Tactical Airspace Integration Systems (TAIS). REQUIREMENT THREE: The switch shall accommodate rapid technology insertion and utilize open industry standard digital audio switching technology. It shall be based on open system standards such as Windows 98, windows NT, or Windows 2000 and open system hardware such as IBM-PC (or equivalent). It shall support analog, digital, copper and fiber interfaces. REQUIREMENT FOUR: Installation of this system shall be completed NLT 15 September 2001. This system is a critical interface between the radio operator and existing radio and phone systems. REQUIREMENT FIVE: The Integrated Digital Radio Access and Control System shall provide two operator positions and the ability to expand the number of operator positions by two or more at a later date. REQUIREMENT SIX: All components shall be rack mountable in a standard 19 inch rack. Contractors are encouraged to propose more than one product that will meet the government need. The contracting officer will evaluate each product as a separate offer. DELIVERY/ ACCEPTANCE POINT: Delivery and installation location is Fort Bragg, North Carolina and shall be completed no later than 15 September 2001. A government point of contact will be provided at the time of contract award. PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE: The following Federal Acquisition Regulation (FAR) provisions are applicable to the acquisition: 52.212-1, Instructions to Offers-Commercial Items; 52.212-2, Evaluation Commercial Items, with the following evaluation factors inserted in paragraph "a" of the provision: "Quotes will be evaluated as to technical acceptability, delivery and price. Technical acceptability will be determined by the government during technical review. Vendors shall submit clear item specifications and drawings to be used in the government technical review as well as a narrative of the processes to be used to accomplish the installation. A best value award will be made to the lowest responsive quote from a responsible bidder submitting an offer found to be most advantageous to the government."; 52.212-3, Offeror Representations and Certifications-Commercial Items and Defense Federal Acquisition Supplement (DFARS) 252.212.7000, Offeror Representations and Certifications-Commercial Items are applicable to this requirement and offerors shall include a completed copy of the Representations and Certifications with their bid. The following FAR Clauses are applicable to this acquisition: 52.237-2, Protection of Government Buildings, Equipment, and Vegetation; 52.212-4, Contract Terms and Conditions-Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, with the following clauses being applicable to the solicitation: 52.203-6 Alt I, 52.222-26, 52.232-33, 52.222-36, 52.247-64, and 52.222-35. Additionally, DFARS 252.204-7004, Required Central Contractor Registration; 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Applicable to Defense Acquisition of Commercial Items, with the clause 252.225-7024 applicable. QUOTES ARE DUE: Quotes shall be received at HQ-USASOC ATTN: AOCO (Barbara Bowles), Fort Bragg, North Carolina, 28310, not later than 2:00 p.m. ET, 10 May 2001. Fax submissions will be accepted at (910) 432-9345. Quotes shall include: (1) letter signed by an individual authorized to bind the organization, with a schedule of offered items to include price, proposed specifications, proposed installation date, and drawings, (2) completed Representations and Certifications, and (3) acknowledgement of any amendments that may be issued. Any amendments that may be issued will be published in the CBD and on IBOP the same as this combined synopsis/solicitation. Point of contact for this requirement is Ms. Barbara L. Bowles, Contracting Officer at (910) 432-8598.
Record
Loren Data Corp. 20010425/58SOL001.HTM (W-113 SN50J9T3)

58 - Communication, Detection and Coherent Radiation Equipment Index  |  Issue Index |
Created on April 23, 2001 by Loren Data Corp. -- info@ld.com