Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 21, 2003 FBO #0663
SOLICITATION NOTICE

70 -- Wireless Gateway Software, form is PCMCIA and Wireless Message Terminal Software

Notice Date
9/19/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, United States Marine Corps, Marine Corps Base Camp Pendleton - RCO, PO Box 1609, Oceanside, CA, 92051-1609
 
ZIP Code
92051-1609
 
Solicitation Number
Reference-Number-M203740300WMT
 
Response Due
9/25/2003
 
Archive Date
10/25/2003
 
Point of Contact
Kimberly Johnson, Contracting Officer, Phone 760 725-8128, Fax 760 725-8445, - William Hepler, Contracting Specialist, Phone 760-725-3418, Fax 760-725-8445,
 
E-Mail Address
johnsonkv@pendleton.usmc.mil, heplerwj@pendleton.usmc.mil
 
Description
This is a combined synopsis/solicitation for a commercial item 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. A WRITTEN SOLICITATION WILL NOT BE USED. This requirement is being issued as a Request for Quote. The Request for Quote number is M203740300WMT The solicitation document and incorporated provisions and clauses are those in effect though Federal Acquisition Circular 2001-09 and DCN 2002/07/30. This requirement is for BRAND NAME NO SUBSTITUTION. Please see below for specifications. The North American Industry Classification System Code 334290 and size standard is 750 employees. The Defense Priorities and Allocation System (DPAS) rating for this order is DO-C9E. A quotation for this work shall be submitted via mail to the Regional Contracting Office, Attn: Kimberly Johnson, Bldg 22180; Camp Pendleton, CA 92055, or via fax to (760) 725-8445, or via email at johnsonkv@pendleton.usmc.mil. The Regional Contracting Office Southwest Camp Pendleton has a requirement for the following item which is manufactured by Harris Corporation-RF Communications DIV, 1680 University Avenue Rochester, New York. Clin 0001: Qty 24 each. Wireless Gateway Software, Form is PCMCIA : P/N: RF-6750W-02EN The required delivery date is September 29 2003. The salient characteristics for line item 0001 are: Supported Platforms: Windows 2000 Professional English, Windows XP Professional English, and Windows 2000 Server English. Package contains: MS Outlook 2000 Mail Client, Ghost, PCMCIA synchronous card, paper manual, EMI filters, and HUITSMail imaging software. The Wireless Gateway (WG) is a software package that runs on standard PC platforms which has the ability to send and receive messages and files over stressed media. It connects directly to Ethernet ? TCP/IP Local Area Network and connects to a mail server via SMTP. The WG provides transparent email over HF, VHF, UHF, and other media. The software requires and SMTP-based mail server on the LAN (order MS Exchange with RF-3577xx PCs). The WG includes an embedded Harris HF/VHF/UHF protocols including STANAG 5066 (limited in non-English versions), FED-STD-1052 and P52. For HF systems, it utilizes Harris Mil_STD-188-10A/B modems and MIL-STD-188-141A and STANAG 4538 ALE controllers (both internal and external to the radio) to provide fully automatic HF transmission. The Wireless Gateway software can run on customer supplied PCs or Harris supplied PCs. Feathers: Provides fully automatic error-free e-mail and file transfer, Automatically sends data over different media including HF Radio, VHF/UHF, Telephone, Microwave, INMARSAT, Internet/LAN Interface, Fully automatic operation of HF radio including ALE and modem bit rate?Connects disconnected LANS together over wireless media, HUITSmail Imaging, Automatic message scheduling and priority-based queing?Optimization of message throughout and cost of sending including automatic compression, message and data consolidation, programmable routing rules, Runs on standard PC hardware, Runs under Microsoft operating systems, Transaction logging, Uses Microsoft Outlook. Clin 0002: Qty 2 each. Wireless Message Terminal Software. P/N: RF-6710W-02EN, The required delivery date is September 29 2003. The salient characteristics for line item 0002 are: Supported Platforms: Windows 2000 Professional English, Windows XP Professional English. Package Contains: MS Outlook 200 mail Client, PCMCIQ synchronous card, paper manual, EMI filters, and HUITMail imaging software. The Wireless Message Terminal (WMT) is a software package that runs on standard desktop and mobile PC platforms with the ability to send and receive messages and files over stressed media. It is specifically deigned to work with Harris HF, VHF, and Multiband radios but can interface to other radios as well. The WMT includes an embedded Harris HF/VHF/UHF protocol engine which provides error free data using a variety of on-the-air protocols including STANAG 5066 (limited in non-English versions), FED-STD-1052 and P52 . For HF systems, it interfaces to Harris MIL-STD-188-110A/B modems and MIL-STD-188-141A and STANAG 4538 ALE controllers (both internal and external to the radio) to provide fully automatic HF data transmission up to 9600 bps. Higher data rates can be achieved in fixed-frequency, fixed data rate mode. The wireless Messaging Terminal software can run on customer-supplied PCs or Harris-supplied PCs. Provide fully automatic error free e-mail and file transfer, Automatically sends data over different media including HF Radio, VHF/UHF?Telephone, Micowave, INMARSAT, Fully automatic operation of HF radio including ALE and modem bit rate, HUITmail Imaging, Automatic message scheduling and priority-based queuing, Automatic relay with end-to-meet receipt acknowledge, Optimization of message throughout and cost of sending including automatic compression, message and data consolidation programmable routing rules, runs on standard PC hardware, Transaction logging, Uses Microsoft Outlook, POP3/SMTP compliant. The award will be made to the quoter whose quote is considered most advantageous to the government based on the following evaluating factors, price, past performance history. The following FAR Clauses/Provisions apply: 52.203-3, Gratuities, 52.212-1, Instructions to Offerors- Commercial Items, 52.212-3, Offeror Representations and Certifications- Commercial Items, (Copies of 52.212-3 are available upon request from the Contracting Office or on the Internet at ( www.arnet.gov/far), 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 (incorporating 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans, 52.222-36 Affirmative Action for Handicapped Workers, 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses are applicable to this acquisition: 252.204-7004 Required Central Contractor Registration; 252.229-7000; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items Nov 2001); with the following additional DFAR clauses being cited as applicable to this acquisition; 252-225-7036 North American Free Trade Agreement Implementation Act (Applies to actions $25,000.00 - $100,000.00) (MAR 1998). The contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial service, provided such warranty is available at no additional cost to the Government. Offerors responding to this announcement must provide the information contained in 52.212-3, Offeror Representations and Certification- Commercial Items with their offer. The offeror should also provide its Commercial and Government Entity (Cage) code, Contractor Establishment code (DUNS number) and Tax Identification Number. Contractors must be registered in the Central Contractor Register to be considered for award (NO EXCEPTIONS). Register at www.CCR2000.com. If a change occurs in this requirement, only those offerors that respond to this announcement within the required time frame will be provided with any changes/amendments and be considered for future discussions and/or award. Questions regarding the solicitation shall be submitted no later than September 23 2003. Written, facsimile, or emailed quotes and the above required information must be received at this office on or before Sept 25 2003 at 04:00 p.m. PST. All responsible sources in compliance with the above may submit a quote that will be considered. Offers may be submitted by facsimile transmission. Facsimile offers are subject to the same rules as paper offers. The telephone number receiving facsimile equipment is 760-725-8445. The government reserves the right to make award solely on facsimile offers. The complete original offer shall be submitted if requested by the contracting officer. Offerors bear the burden of ensuring that offers (and any authorized modifications) reach the designated office on time and should confirm by telephone that any facsimile was received. Any facsimile transmission must clearly state the solicitation number of the contracting officer on the first page to ensure proper receipt.
 
Place of Performance
Address: United States Marine Corps Bldg 2141T Camp Pendleton California
Zip Code: 92055
 
Record
SN00438343-W 20030921/030919213312 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.