Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 10, 2005 FBO #1292
SOLICITATION NOTICE

58 -- Tactical Communications Package

Notice Date
6/8/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
Regional Contracting Office-Far East PSC 557 Box 2000 FPO AP 96379
 
ZIP Code
96379
 
Solicitation Number
M6740005T0675
 
Response Due
6/24/2005
 
Archive Date
7/24/2005
 
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 procurement is not a small business set-aside; any responsible source may submit an offer. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. Solicitation number M67400-05-T-0675 applies and is issued as a Request for Quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-03 and Defense Acquisition Circular 91-13. The North American Industry Classification System code is 334210. The business size standard is NTE 5.0 million. The agency need is for: LINE ITEM # 0001 Quantity 0002 U/I Each -Two Identical Systems as follows: REDCOM Tactical Communications Package (TCP) (Custom One): This system is equipped with Version 6.0 R1PB (JITC Certified) firmware, Users Manual on CD-ROM, a total of 80 analog lines, 82B+D channels, 24 DS0 channels, and 30 E1 Voice channels. With the following optional features enabled: MLPP, 619a, Toll Restriction, International, IGATE, HOST, MF Signaling, ISDN, Phone Book, and Print Site Records Feature. 1.1 ? Two (2) MSU?s mounted in one (1) shock resistant, high impact cases (14U). System equipped with AC power supply (110/240 VAC, 60/50HZ); MSU Controller boards with Ethernet and two RS232 links; ETSIs each with Tone Plan, Conference, and DTMF Rec/Send (4CCTS); Ringing Generators; users manual on CD-ROM, connector panel; cable drawer; and RECOM Cable Management system for Tactical Systems. 1.2 ? Ten (10) Line boards (8 ccts per board) 1.3 ? Two (2) Basic Rate ?S? ISDN Boards (Four 2B+D ccts per board) 1.4 ? One (1) DS1 board set (24 DS0 channels per board set) 1.5 ? One (1) E1 board set (30 voice channel / 2 board set) 1.6 ? One (1) Universal Clock Synchronizer boards 1.7 ? One (1) MF Sender / Receiver board (8 ccts per board) 1.8 ? One (1) R2 Sender / Receiver board (8 ccts per board) 1.9 ? One (1) Message Transceiver Interface board for PRI 1.10- One (1) PCMCIA card (for database back up) LINE ITEM # 0002 Quantity 0001 U/I Lot Spares for REDCOM TCP supplied in a shock resistant, high impact, transit case including the following: 2.1 ? One (1) MSU Controller board with Ethernet, and two RS-232 links 2.2 ? One (1) Expanded Time Slot Interchange (ETSI) Tone Plant, Conference, and DTMF Receiver/Sender (4 ccts per board) 2.3 ? One (1) Line board (8 ccts per board) 2.4 ? One (1) Basic Rate ?S? ISDN boards (four 2B+D ccts per board) 2.5 ? One (1) DS1 board set (24 DS0 channels per board set) 2.6 ? One (1) E1 board set (30 voice channel / 2 board set) 2.7 ? One (1) Universal Clock Synchronizer board 2.8 ? One (1) MF Sender / Receiver board (8 ccts per board) 2.9 ? One (1) R2 Sender / Receiver board (8 ccts per board) 2.10- One (1) Message Transceiver Interface for PRI 2.11- One (1) Ringing Generator 2.12- One (1) A/C Power Supply (110/240 VAC, 60/50HZ) 2.13- One (1) PCMCIA card (for database back up) LINE ITEM # 0003 Quantity 0001 U/I Lot Shipping Handling and all related expenses to: Defense Distribution San Joaquin Tracy Depot Bldg 30 CCP 25600 Chrisman Road Tracy, CA 95376 DESCRIPTIVE LITERATURE: If offering an ?or equal? item, please provide detailed specifications of the product and any other information required to determine the technical acceptability of the offered product. The referenced brand names are not intended to be restrictive, but represent the minimum requirements of the government. It is the bidders responsibility to furnish information to the government to determine acceptability of the offered ?equal? items. All awards will be made by item or lot. Whichever is most advantageous to the government. DELIVERY: Shall be FOB Destination to Defense Distribution San Joaquin Tracy Depot Bldg 30 CCP, 25600 Chrisman Road, Tracy, CA 95376. Orders placed against this Contract are expected to be delivered within 60 days after the order is placed with the successful offeror. THE GOVERNMENT INTENDS TO MAKE A SINGLE AWARD TO THE RESPONSIBLE OFFEROR WHOSE OFFER IS MOST ADVANTAGEOUS TO THE GOVERNMENT CONSIDERING PRICE AND NON-PRICE RELATED FACTORS. SOLICITATION PROVISIONS: The following provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors-Commercial Items (Jan 2004). FAR 52.212-3 Offeror Representations and Certification ? Commercial Items (June 2003). FAR 52.212-4 Contract Terms and Conditions ? Commercial Items (Oct 2003). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (Apr 2004). FAR 52.232-33 Payment by Electronic Funds Transfer ? Central Contractor Registration (May 1999). FAR 52.247-34 F.O.B. Destination (Nov 1991). FAR 52.214-21 Descriptive Literature (Jan 2001). FAR 52.211-6 Brand Name or Equal (Aug 1999). FAR 52.233-1 Disputes (July 2002). Full text of these provisions may be accessed on-line at http://www.arnet.gov or http://farsite.hill.af.mil. All offerors must ensure they are registered in the Central Contractor Registration (CCR) in accordance with DFARS 252.204-7004 Required Central Contractor Registration (! Mar 2000), is mandatory requirement for all Government contracts. To register on line http://ccr.dlsc.dla.mil. DUNS, TIN and CAGE Code must be written on submitted quote. Payments shall be made electronically by DFAS Yokota, Japan. SUBMISSION OF OFFERS: Offers can be faxed to 011-81-6140-45-0969, sent via email to the email address below or mailed to the Regional Contracting Office, PSC 557 BOX 2000, FPO AP 96379. Offers must be received no later than 5:00 PM, Eastern Standard Time, 24 JUN 2005. Correspondence and questions related to this solicitation/synopsis may be addressed to Sgt Roque Elieser by email at: roquee@mcbbutler.usmc.mil Commercial Tel Phone No: 011-81-6140-45-8612 NO COLLECT CALLS WILL BE ACCEPTED. Submit questions for clarification by E-mail no later than 5 P.M. EST on 15 June 2005. All responsible sources may submit a quote that shall be considered. *****
 
Record
SN00825226-W 20050610/050608212722 (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.