Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 15, 2001 PSA #2915
SOLICITATIONS

S -- SATELLITE USAGE

Notice Date
August 13, 2001
Contracting Office
Fleet & Industrial Supply Center, Norfolk Detachment Washington, Washington Navy Yard, 1014 N Street SE, Suite400, Washington DC 20374-5014
ZIP Code
20374-5014
Solicitation Number
N00600-02-R-0029
Response Due
August 30, 2001
Point of Contact
Henry Alford (202) 433-4264
E-Mail Address
henry_alford@fmso.navy.mil (henry_alford@fmso.navy.mil)
Description
I. 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; proposals are being requested and a written solicitation will not be issued. II. This solicitation number N00600 -01-R-0029 is issued as a request for proposal (RFP). III. The solicitation document and incorporated provisions and clauses are those in effect through the latest Federal Acquisition Circular (FAC). IV. This solicitation is a total 100 percent Small Business Set-Aside, Firm Fixed Price (FFP) supply type procurement, NAICS code is 334220. A list of contract line item number(s) and items quantities are Lot I base year 10/1/2001- 9/30/2002 CLIN 0001. Satellite usage for two-way time transfer in accordance with section V. Lot II option I 10/1/2002 -- 9/30/2003, CLIN 0002. Lot III option II 10/1/2003 -- 9/30/2004 CLIN 0003. Lot IV option III 10/1/2004 -- 9/30/2005 CLIN 0004 Lot V option IV 10/1/2005 -- 9/30/2006 CLIN 0005. V. The Fleet and Industrial Supply Center Norfolk Detachment Washington (FISC, WASH) has a requirement in support of the U.S. Naval Observatory (USNO) for satellite usage for two-way time transfer (TWSTT) program. The acquisition shall be for a firm fixed price contract with a base period of performance from 1 October 2001 through 30 September 2002 with 4 option years. The two-way time transfer is a method of comparing time and frequency of a remote clock to the USNO master clock via geo-stationary satellites. The USNO earth station is a 4.5-meter dish antenna that transmits in the Ku-band from 14.0 to 14.5 ghz and receives 11.7 to 12.5 ghz. The transmitted signal is a 3.0 MHz bandwidth spread spectrum signal. The transmit power is less than 2 watts from a 1.8 meter antenna. a nominal level o c no of 55 dB/Hz or an eb no of -8.9 is required. The spread spectrum modem BPSK has a code rate of 2.5 MChips. the modem provides no forward error correction (FEC) and none is required. The nominal RX power requirement is ~-58dBm. The minimum C/No~43dBHz. The satellite shall provide complete CONUS coverage with a minimum elevation look angle of 32 degrees from Washington D.C. The satellite service shall be 3.0 MHz of bandwidth at Ku-band and shall be available 24 hours per day seven days per week. satellite service shall be transponder protected. The satellite service shall be non-preemptible. OPTIONAL TASK (Subject to Availability of Funds) (Quantity 3) 1 October 2001 through 30 September 02 Task -- Satellite service with Alaska and Hawaii coverage, Satellite service with Transponder non-protected, The Satellite service shall be pre-emptible VI. FAR 52.212-1 "Instructions to Offerors Commercial Items" is incorporated by reference and applies to this acquisition. VII. FAR 52.212-2 "Evaluation Commercial Items" is incorporated by reference and applies to this acquisition. ADDENDUM to FAR 52.212-2 Para(a). The following factors shall be used to evaluate offers: technical capability and price. technical capability is approximately equal to price. VIII. Offerors shall include a completed copy of the provision at DFAR 252-212-7000 Offeror Representations and Certifications Commercial Items and FAR 52.212-3 "Offeror Representations and Certifications Commercial Items with its written proposal. FAR 52.212-4 "Contract Terms and Conditions Commercial Items" is incorporated by reference and applies to this acquisition and resulting contract. The following terms and conditions are added as an addendum to this clause : Type of contract: the resulting contract will be a firm fixed price (FFP). FAR 52.232-33 Electronic funds Transfer payment, 52.217-8 -- Option to Extend Services. Contract note The option may be exercised any time prior to the end of the contract or any lot. 52.217-7 -- Option for Increased Quantity-Separately Priced Line Item. 52.217-9 -- Option to Extend the Term of the Contract. Contract Note: The option may be exercised by giving written notice prior to the expiration of the current period of performance. 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items is incorporated by reference, however for paragraph (b) and (c) only the following provisions apply to this acquisition: : Para(b)(5) FAR 52.219-8 "Utilization of Small Business Concerns (15 U.S.C. 637(d)(2) and (3)", Para(b)(6) FAR 52.219-9 "Small Business Subcontracting Plan (15 U.S.C. 637(d)(4)", Para(b)(7) FAR 52.219-14 "Limitations on Subcontracting (15 U.S.C. 637(a)(14)", Para(b)(11) FAR 52.222-21 "Prohibition of Segregated Facilities (Feb 99)", Para(b)(12) FAR 52.222-26 "Equal Opportunity (E.O. 11246)", Para(b)(13) FAR 52.222-35 "Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212)", Para(b)(14) FAR 52.222-36 "Affirmative Action for Handicapped Workers (29 U.S.C. 793)", Para(b)(15) FAR 52.222-37 "Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212)", Para(b)(23) FAR 52.232-33 "Payment by Electronic Funds Transfer Central Contractor Registration (31 U.S.C. 3332)", and Para(b)(27)(i) FAR 52.247-64 "Preference for Privately Owned U.S. Flag Commercial Vessels (46 U.S.C. 1241)".
Record
Loren Data Corp. 20010815/SSOL007.HTM (W-225 SN50U7K2)

S - Utilities and Housekeeping Services Index  |  Issue Index |
Created on August 13, 2001 by Loren Data Corp. -- info@ld.com