Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 14, 2004 FBO #0809
MODIFICATION

N -- Fully Intergrated Voice Communication System

Notice Date
1/15/2004
 
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
1/12/2004
 
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 NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (15-JAN-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 12-FEB-2004. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/GSA/FTS/4TRE/4TCO80047003/listing.html)
 
Place of Performance
Address: NASA Kennedy Space Center, FL
Zip Code: 32899
Country: US
 
Record
SN00522044-F 20040214/040212220248 (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.