Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 20, 2004 FBO #0937
MODIFICATION

58 -- Radio Equipment: Antennas, Radio Remotes, and Duplexers

Notice Date
6/18/2004
 
Notice Type
Modification
 
NAICS
423690 — Other Electronic Parts and Equipment Merchant Wholesalers
 
Contracting Office
Department of Agriculture, Forest Service, R-1 Nez Perce National Forest, Route 2, Box 475, Grangeville, ID, 83530
 
ZIP Code
83530
 
Solicitation Number
RFQ-R1-17-04-022
 
Response Due
6/25/2004
 
Archive Date
7/10/2004
 
Point of Contact
Sandra Aiken, Purchasing Agent, Phone 208-983-4002, Fax 208-983-4098,
 
E-Mail Address
saiken@fs.fed.us
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment 1 - NEZ PERCE NATIONAL FOREST SUBJECT: RFQ-R1-17-04-025 MICROWAVE RADIO LINK SYSTEM AMENDMENT1 Questions and Answers: 1. Do you require (2) non-standby radios or (1) hot standby radio or (1) warm standby option? a. 3 radios similar to the following: i. LEDR 900S digital Radio, 200 kHz bandwidth, scalable 64 kbps to 768 kbps data rate. 800-960 MHz band, 9-45 MHz split, 1 W RF at the antenna port. Non-standby option. Frequencies to be used: 1) Grangeville, TX933.9750 MHz- RX942.9750. 2) High Camp, TX942.9750 MHz, 3) third radio as spare to be programmed with frequency if needed during a failure. 2. Do you need a 25Khz bandwidth with a fixed 64 kbps data rate? a. No, radio shall be: 200 kHz bandwidth, scalable 64 kbps to 768 kbps data rate. 3. What type of mux cards do you require? a. MX-2100 TDM multiplexer with 3 E&M 2 channel cards for radio control (E&M), 1 FXO and 1FXS card with phantom power for telephone line. 4. Do you require physical installation at the site? a. Yes 5. Is there any existing infrastructure? a. Yes, Building and Tower. 6. What type of Interface is required for the base station radios? a. E&M 7. The quote states that one telephone audio line is required; can the order wire on the radio satisfy the requirement? a. No, install a FXO and FXS card see item (3), include ring generator. 8. What do you mean by parts site list? a. Complete “As Built Documentation” listing all components installed and the associated cabling. 9. Has budget line loss study been performed? a. Yes, see attached documents, (45 db fade margin). 10. Define Associated Cabling. a. All cables and connectors required to install equipment in building for both the RF and Mux equipment. 11. Define Microsoft windows software. a. All programming and SNMP software must run on windows 2000 or XP. Microwave System Summary Transmitter Grangeville SO Receiver High Camp, 900 NAME TRANSMIT RECEIVE Freq(MHz) 933.97500 933.97500 Latitude 45 56 18.00 N 45 51 45.40 N Longitude 116 07 48.00 W 116 07 35.10 W Elv (ft AMSL) 3316.0000 5997.3755 Ant Ht(ft AGL) 15.0000 80.0000 Bearing (deg T) 178.11° 358.11° Orien (deg T) 0.00° 0.00° Tilt (deg) 5.68° -5.68° Line #1 Ls (dB) 0.53 1.10 Line #2 Ls (dB) 0.00 0.00 Other Ls (dB) 0.00 0.00 Antenna Gn 10.00 dBd 10.00 DBD Ant Gn on Az -12.52 dBi 11.69 dBi Polarization none none Other Gn (dB) 0.00 0.00 PATH DATA SYSTEM Distance (mi) 5.23 Free Sp Ls (dB) 110.05 Other Ls (dB) 0.00 SYSTEM SUMMARY SYSTEM Total Gn (dB) -0.82 Total Ls (dB) -111.69 TX Power (dBm) 30.00 RX Thresh (dBm) -127.90 RSL (dBm) -82.51 TFM (dB) 45.39 Reliability(%) 99.999999759 Outage(sec/yr) 0.08 Microwave Path Specifications Transmitter Grangeville SO Receiver High Camp, 900 TX/RX DATA TRANSMIT RECEIVE Freq(MHz) 933.97500 933.97500 Latitude 45 56 18.00 N 45 51 45.40 N Longitude 116 07 48.00 W 116 07 35.10 W Elv (ft AMSL) 3316.0000 5997.3755 Ant Ht(ft AGL) 15.0000 80.0000 Bearing (deg T) 178.11° 358.11° Orien (deg T) 0.00° 0.00° Tilt (deg) 5.68° -5.68° PATH DATA: Grangeville SO To High Camp, 900 Distance (mi) 5.23 Free Sp Ls (dB) 110.05 Total Path (dB) 110.05 RELIABILITY FACTORS Humidity Factor 0.00 Roughness(ft) 50.00 Terr Factor(a) 1.000(SPEC) TEMP(deg F) 60.00 Clim Factor(b) 0.250(SPEC) End Amendment 1 Antennas, Radio Remotes, and Duplexers, Nez Perce National Forest, Idaho County, Idaho. 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. Solicitation R1-17-04-022 is issued as a Request for Quotes (RFQ). Responses are due by June 25, 2004, 3:30 p.m., Pacific Time. Set Aside for Small Business. The North American Industry Classification Code is 423690 for radio parts and accessories, wholesaling, 500 employees. A quote is requested for three line items. Award will be made by Item. The Government may make a single award or multiple awards under this solicitation. Note: CCR – a prospective awardee shall be registered in the Central Contractor Registration (CCR) database prior to award. Information on registration may be obtained via the Internet at http://www.ccr.gov or by calling 1-888-227-2423 or 1-269-961-5757. LINE ITEM 01 is for antennas. a) UHF Yagi: 6 db gain, 405-420 MHZ, minimum 150 MPH rated wind velocity no ice, N type female connector, vertical polarization, 10 each, Brand Name Cushcraft PLC 406N or equal. b) VHF Omni: 2.5 db gain, frequency 148-174 MHZ, minimum 200 MPH rated wind velocity no ice, fiberglass radome, N type female connector or UHF male to N female jumper, 18 each, Brand name Telewave ANT-150F2 or equal. LINE ITEM 02 is for consoles. a) Single line multi-function tone remote control unit capable of DTMF front panel programming with desk microphone, AC/DC power, cloning ability, jumper programmable for two or four wire option. Shipped configured for two wire option, 20 each, Brand name Vega C-2000 or equal. b) Two line multi-function tone remote control unit capable of DTMF front panel programming with handset, AC/DC power, wall mount, cloning ability, jumper programmable for two or four wire option. Shipped configured for two wire option, 4 each, Brand name Vega-2002 or equal. LINE ITEM 03 is for duplexers, minimum of 80 db isolation at listed frequencies, N type female connectors, 19” rack mount, FIELD TUNABLE 406 TO 512 MHZ, pass reject configuration. a) UHF crossband duplexer and connecting cables, TX 415.2750 MHZ RX 406.275 MHZ, 1 each. b) UHF crossband duplexer and connecting cables, TX 415.2250 MHZ RX 406.2250 MHZ, 1 each. c) VHF repeater duplexer and connecting cables, TX 169.1250 MHZ, RX 171.7875 MHZ, 7 each. d) VHF repeater duplexer and connecting cables, TX 168.6750 MHZ RX 169.9500 MHZ, 9 each. Radio antennas, consoles, and duplexers are to be delivered to Nez Perce National Forest, Route 2 Box 475, Grangeville, ID, 83530, FOB destination. The Government will award a contract resulting from this quotation to the responsible offeror whose offer conforming to this quotation will be most advantageous to the Government, price and other factors considered. The following three factors shall be used to evaluate offers: technical capability of the item offered to meet the Government’s requirement, price, and delivery time. Pertinent portions of Clause 52.212-1 – Instructions to Offerors – Commercial Items, are as follows: As a minimum, offers must show (1) the solicitation number, (2) the name, address, and telephone number of the offeror, (3) a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature or other documents, if necessary, (4) terms of any express warranty, (5) price and any discount terms, (6) “Remit to” address, if different than the mailing address; and (7) confirmation of ability to meet delivery date of 30-45 days ARO or proposed delivery date. FAR clauses and provisions 52.212-1(Instructions to Offerors – Commercial Items), 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) apply to this acquisition and are incorporated by reference. FAR Clause 52.211-6 Brand Name or Equal is incorporated by reference. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-23, date 5/5/04. The clauses and provisions referenced in this quotation can be found in full text form at http://www.arnet.gov/far. Offerors are to include a copy of the provision at 52.212-3 (Offeror Representations and Certifications – Commercial Items), with this offer. Offers may be submitted by mail or fax to Nez Perce National Forest, Attn: Bid Drawer, Route 2 Box 475, Grangeville, ID, 83530 or fax 208-476-4098. For more information regarding this solicitation, please contact Karen Ruklic, 208-476-8224, or Sandra Aiken, 208-983-4002. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (18-JUN-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USDA/FS/0295/RFQ-R1-17-04-022/listing.html)
 
Place of Performance
Address: Nez Perce National Forest Supervisor's Office Route 2 Box 475 Grangeville, ID
Zip Code: 83530
Country: USA
 
Record
SN00606631-F 20040620/040618215210 (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.