Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 09, 2004 FBO #0773
MODIFICATION

N -- Fully Intergrated Voice Communication System

Notice Date
1/7/2004
 
Notice Type
Modification
 
Contracting Office
General Services Administration, Federal Technology Service (FTS), FTS (Technical Services Branch) 4TRE, 401 West Peachtree Street, Suite 2700, Atlanta, GA, 30308
 
ZIP Code
30308
 
Solicitation Number
4TCO80047003
 
Response Due
1/14/2004
 
Archive Date
1/29/2004
 
Point of Contact
Robert Spratling, Contracting Officer, Phone 404-331-7840, Fax 404-331-3628,
 
E-Mail Address
robert.spratling@gsa.gov
 
Description
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. Firms submitting a proposal must register in the GSA ITSS system prior to closing date for receipt of proposals. Kennedy Space Center (KSC), Fl is equipping its new Air Traffic Control Tower. This requirement was originally solicited under another solicitation number and cancelled. Two proposals were received under the cancelled solicitation. (Previous price quotations received under the cancelled RFP ranged from $260,000 to $279,000). The tower requires a fully integrated Voice Communications System for Air Traffic Control. This system will provide control of air-to-ground and ground-to-ground communications to include access to radios and public and private telephone networks. This work should meet technical standards set forth by the Federal Aviation Administration for air traffic control tower radios and communication systems. The system should have superior voice quality and non-blocking access to all audio channels. A touch screen control panel is preferred. Four workstations are required. Three workstations will be located in the tower cab in console locations designated by KSC. One workstation will be installed in the Landing Aids Control Building (LACB). LACB is located approximately 2 miles from the tower. Eight air to ground radio systems are required for the tower. Three radios will be GFE. Successful offeror will procure additional radios as described below and install all eight systems at the tower location. The work to be performed includes installation of 3 workstations in the Air Traffic Control Tower cab, installation of 5 VHF radio systems in the Tower. Radios must be compatible with current KSC installed VHF radios, installation of 3 UHF radio systems in the Tower. Radios must be compatible with current KSC installed UHF radios, two Government Furnished Equipment (GFE) VHF radio transmitters and receivers will be a Motorola CM 200, one Government Furnished Equipment (GFE) UHF radio transmitter and receiver will be a Motorola CM 200. Workstations in tower cab must be capable of using LACB installed backup radios if a tower radio fails. The task also requires installation of 32 channel DVD digital voice recorder system in the Tower, Installation of 1 workstation in the LACB, training for KSC technicians on new voice system, appropriate documentation in format designated by NASA/KSC following completion of project, systems to be connected to the workstations include 3 Point to Point telephones, 6 FAA shout lines and 5 local radio nets, installation of provided tunable antenna and run new heliax cable from the antenna to the rear area of the tunable A/G radio located in the tower, for connection of existing A/G radios at the LACB to the touch screen interface, and providing antennas and other necessary hardware for all eight radio systems. Offeror shall deliver an operable voice communication control system for the NASA Shuttle Landing Facility Air Traffic Control Tower and LACB with installed systems set to KSC designated frequencies. Facility shall be available from 7am to 3:30pm local time. All contactor employees must obtain KSC badge. Delivery and installation should be within 90 days of order placement. 2. The Government anticipates awarding a firm fixed price order to the offeror whose proposal is the most advantageous to the Government, price and technical factors considered. FAR 52.212-2 titled ?Evaluation-Commercial Items? shall apply. Technical merit is more important than price. However, when technical differences become less significant, price will become increasingly more important. Total proposed price will be evaluated. Prices that are excessively high or low may be considered unrealistic and unreasonable, may receive no further consideration. The Government will evaluate technical proposals based on the factors of past experience and technical approach with past experience being slightly more important than technical approach. Past experience will be evaluated according to the extent to which the offeror?s documented past experience is similar to the nature, complexity, and scope of work described in the Statement of Work. The Government will evaluate each offeror?s technical approach for completeness, the extent to which it demonstrates that it will meet requirements in an effective manner, and qualifications of those assigned (if applicable) to carry out the technical approach being offered. The offeror shall describe its approach for meeting the requirements of the SOW and how it plans to conduct the work. To support the past experience evaluation, please list the dollar value of similar project, timeframe completed, brief description of your firm?s role in project, etc. Technical proposals should be limited to no more than 10 pages. The clause at FAR 52.212-4,Contract Terms and Conditions-Commercial Items, applies to this acquisition 11. The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-42. Proposals must be emailed to robert.spratling@gsa.gov. Proposals are required to be received no later than 4pm EST, January 12, 2004. Answers to questions from prospective offerors regarding Solicitation 4TCO80047003 1. Per the solicitation KSC utilizes and is providing Motorola CM 200 Radios for UHF/VHF operation. To provide commonality of parts for KCS can FTS provide us with the exact radio P/N's that KCS has purchased? If the P/N's can not be provided can FTS or KCS inform us if the are using the 1-25 Watt or 25-45 watt radios? CM 200 is our only PN, They are 1-25 watt radios 2. Are the CM200 radios 4 or 32 channel capable? One Channel per radio 3. The 32 Channel DVD Digital Voice recorder for Installation. Is this GFE or is this to be provided as part of the proposal? 32 Channel DVD recorder is to be provided by offerer 4. The LACB backup radios are assumed to be located at LACB per the solicitation? Will KCS be providing a local connection of the radio where the switch is located in the equipment room of the tower? The local connection is at the LACB 5. Can FTS provide the p/n and manufacture of the LACB existing radios or is it assumed they are also Motorola CM200? LACB existing radios are CM200?s 6. The GFE provided tunable antenna is being provided for one tunable radio. Is this radio separate of the 8 A/G radio systems? Tunable radio is separate from the other 8 radios and will need its own antenna 7. What type of connectivity is provided between the two facilities, if any? Do you know if they currently have a copper cable or fiber optic cable that would be available for connectivity between the two facilities for the console system interface? Copper is available, Copper connectivity is in-place 8. What type of radios is KSC currently using as their backup radios? The RFP identifies GFE equipment as CM-200 radios for their primary usage. Are the KSC radios also CM-200 type radios? CM-200 both Primary and Backup 9. Will existing radio systems be replaced under this RFP? The RFP identifies 8 new radio systems to be installed. 10. Where are the antennas to be installed? Is the customer looking for the antennas to be mounted on the tower cab roof or is there an existing antenna farm? If antenna farm is used, what is approximate distance from the tower facility to the antenna farm? Antennas to be installed on tower cab roof. 11. If antennas are to be mounted on tower cab roof, what is distance from equipment room location to tower cab roof? This must be known in order to determine proper amount of new heliax cable for radio installations. Also, how much space is available for mounting antennas on roof? This will determine if single or dual antennas are required due to space limitations. Tower is laid out as follows, Tower Cab, Administrative room below, Tower equipment room below. Estimate 75-100 Heliax run. Single antennas preferred . Adequate roof room available 12. Some of the phone lines identified in RFP state ?3 Point to Point telephones?. Please clarify if this means three (3) commercial DTMF circuits or if this is automatic ring down (ARD) circuits or if these are a 2-digit dial capability. Telephone requirements include 3 direct lines to Fire Station, Launch Control Center and Weather Station, Shout lines to 4 FAA facilities, Standard 2 digit dial capability to FAA facilities, and 3 commercial lines. 13. What type of power (AC) will be provided? Do you require emergency power (UPS) as part of this RFP? Standard commercial AC power, Yes, UPS is requested for voice switch 14. Number of Primary Radios to be connected to Voice switch Primary radios 8 15.Number of Backup Radios to be connected to Voice switch (LACB)Back up radios 8 16. Number of Telephone Lines (CO) to Voice switch Telephone Lines 3 17. Number of Muti-point ring down lines (SS1/4) to Voice switch Ring down lines 3 18. Number of Ring down lines to Voice switch Ring down to voice switch 3 The Closing date is extended to 1/14/04 at 4pm, EST.
 
Place of Performance
Address: NASA, Kennedy Space Center, FL
Zip Code: 32899
Country: US
 
Record
SN00500005-W 20040109/040107212224 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.