Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 31, 2001 PSA #2927
SOLICITATIONS

38 -- DUAL T1 ANALYZER

Notice Date
August 29, 2001
Contracting Office
Defense Information Systems Agency, Acquisition Directorate, DITCO-NCR, 701 South Courthouse Rd Bldg T-5, Arlington, VA, 22204-2199
ZIP Code
22204-2199
Solicitation Number
DCA100-01-T-4047
Response Due
September 7, 2001
Point of Contact
Costella Davis, Contract Specialist, Phone (703)607-6907, Fax (703)607-4340, Email davis1s@ncr.disa.mil
Description
This is a combined synopsis / solicitation for a prototype and an additional quantity of 99 (100 total) units of a modification to a commercial item. This document is being prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. Offers are to be forwarded to the following address by no later than 2:00 p.m. EST, 07 Sep 2001: HQS DISA, DITCO-NCR, Code D411-2, Attn: Costella Davis, 701 S. Courthouse Road, Arlington, VA 22204-2199. Overnight packages MUST have a name and phone number on outside of package for pickup (Ms. Davis, (703) 607-6907). Offers may be faxed to (703) 607-4340. Any questions on the above may be directed to Ms. Davis at the above number. The solicitation number is Request For Quote (RFQ) DCA100-01-T-4047. Please include your business size, Cage Code, DUNs Number, and Tax Identification Number. THIS REQUIREMENT IS NEEDED IMMEDIATELY. OFFERORS MUST SUBMIT THEIR QUOTES BASED ON THE INFORMATION PRESENTED HEREIN AND IT IS NOT ANTICIPATED THAT THERE WILL BE ANY RFQ AMENDMENTS. QUOTATIONS MUST BE RECEIVED IN WRITING. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-27. The North American Classification is 334515 and the Size Standard is 500 employees. The requirement is solicited on an open market basis for potential set-aside to a small business. If two or more business firms submit responsive proposals the requirement will be set-aside to small businesses and award be made to that small business offering the lowest price. Should fewer than two small businesses submit responsive proposals the requirement will be deemed unrestricted and award made to the lowest responsive Offeror. DISA is looking to procure two (2) Dual T1 Analyzers that are needed for testing and troubleshooting echo problems and circuits. Specifications: Specification requirements for testing unit capable of measuring echo path delay of a Digital Signal for T1 (1.544 Megabits per second) data rate service with the possibility of also testing E1 (2 Mbps) data rate using an interface that can be swapped (including any E1 Software needed) Portable ruggedize unit (if a laptop include): PC-based software, floppy disk (preferably a drive with greater storage capacity then 1.44 MB) Ruggedized case; Software or hardware support for measuring: Echo path delay, Simulate loss; Record/Playback for later analyst; In-service monitoring; Drop and insert capabilities for non disruptive testing; Remote testing and monitoring; Decoding of all T1 channels (24) at one time; Testing of all normal T1 signal errors such as bit errors, bipolar violations, etc; Print capabilities (serial and/or parallel ports available); Real time oscilloscope and spectrum analyzer type displays; Display signal power levels, data, and frequency; Time stamp and logging; Handset interface for making voice calls; Able to use Scripts for simplifying testing; alarm monitoring; Very good battery power (at least four hours on a charge); Internal, external, and recovered clock source; Able to measure echo delay to at least 2 seconds; Takes a variety of cables for input/output (bantam, RJ45, etc); and Weigh no more than 20lbs. (6lbs. If a laptop). NOTE: (a) "Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d) requires Federal agencies acquiring Electronic and Information Technology (EIT) to ensure that Federal employees with disabilities have access to and use of information and data that is comparable to the access and use by Federal employees who are not individuals with disabilities.=20 (b All EIT procured under this contract/order must met the following 36 CFR 1194 accessibility standards. The full text of the accessibility standards is available at: http://www.access-board.gov/sec508/508standards.htm=20 1194.23 -- Telecommunications Products. 1194.31 -- Functional Performance Criteria (c) The standards do not require the installation of specific accessibility-related software or the attachment of an assistive technology devise(s), but merely require that the EIT be compatible with such software and device(s) so that it can be made accessible if so required in the future. (d) Contractors may propose products or services that result in substantially equivalent or greater access to and use by individuals with disabilities; this is known as equivalent facilitation.=20 Normally, the Government expects to see a discount, which is at least equal to that provided by your standard commercial discount policy for that item. The Offeror's standard commercial packing / packaging will be utilized to provide for damage-free shipment and receipt at destination. THE OFFERED PRICE WILL INCLUDE ALL FRIEGHT CHARGES. Anticipated award date is no later than 14 Sept 2001. The Government intends to award (1) purchase order for the above requirement to the lowest priced offeror who meets all of the requirements stated herein. The following FAR Part 12 clauses apply: 1) FAR 52.212-1, Instructions to Offerors-Commercial Items (no additional instructions other than noted above), 2) 52.212-4, Contract Terms and Conditions; 3) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items, additional terms: 52.222-26, 52.222-35, 52.222-36, 52.222-37; 4) DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes of Executive Orders- Commercial Items, additional terms: 252.225-7001, 252-227-7015, 252.233-7000; 5) A completed copy of FAR 52.212-3 and DFAR 252.212-700, Offeror Representations and Certifications-Commercial Items must be submitted with offer. 6) 252.204-7004 Required Contractor Registration. =20 7) 52.239-9202 Year 2000 Compliance (MAR 1998) a. All information technology provided under, or in support of, this contract by the contractor and=20 All subcontractors shall be Year 2000 compliant. "Year 2000 compliant" means, with respect to information technology, that the information technology accurately processes date/time data (including, but not limited to, calculating, comparing, and sequencing) from, into, and between the twentieth and twenty-first centuries, and the years 1999 and 2000 and leap year calculations, to the extent that other information technology, used in combination with the information technology being acquired, properly exchanges date/time data with it. =20 b. To ensure Year 2000 compliance, the contractor shall, at a minimum, test a representative sampling of the information technology, or the same type of information technology, that will be provided under the contract. Year 2000 Compliance testing will be accomplished and documented in accordance with generally accepted commercial standards/practices. If requested, the contractor shall provide the Government with a copy of such Year 2000 compliance test documentation at no additional cost to the Government =09
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/spg/DISA/D4AD/DTN/DCA100-01-T-4047/listing.html)
Record
Loren Data Corp. 20010831/38SOL001.HTM (D-241 SN50W2Y4)

38 - Construction, Mining, Excavating and Highway Maintenance Equip. Index  |  Issue Index |
Created on August 29, 2001 by Loren Data Corp. -- info@ld.com