Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 30, 2005 FBO #1342
SOLICITATION NOTICE

60 -- Combined synopsis/solicitation for Optical Switch Matrix

Notice Date
7/28/2005
 
Notice Type
Solicitation Notice
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
 
ZIP Code
92152-5001
 
Solicitation Number
N66001-05-Q-0056
 
Response Due
8/15/2005
 
Archive Date
9/14/2005
 
Small Business Set-Aside
N/A
 
Description
Department of the Navy, Space and Naval Warfare Systems Center, San Diego (SSC SD). This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This procurement is being conducted under Simplified Acquisition procedures pursuant to the authority of FAR Subpart 13.5. This announcement constitutes the only solicitation and a written solicitation will not be issued. The announcement constitutes a request for quotations. This solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-04. This acquisition is full and open competition. The NAICS code is 333314; small business standard is 500 employees. A quotation is requested for the following items: CLIN 0001 (1) Optical Switch Matrix; CLIN 0002 Installation to include one (1) standard telecommunication relay rack of CLIN 0001; and CLIN 0003 Training of CLIN 0001. The specification/description of each CLIN is provided as follows: CLIN 0001, Optical Switch Matrix shall meet or exceed the following required specifications: The switch shall: (1) operate as a fully non-blocking matrix across all input and output ports. (2) operate with Single Mode Fiber Optic cable. (3) operate on any light path irrespective of data-rate, format or protocol including DWDM and WDM. [Dense Wave Division Multiplex and Wave Division Multiplex]; (4) allow 40 stored configurations to be maintained / recalled via management software to automatically re-configure the switch fabric; (5) be controllable via an RS232 serial port; (6) interoperate with existing Fiber optic switch equipment deployed at Naval Research Laboratory; (7) interoperate with existing Fiber optic switch equipment deployed at MIT ??? Lincoln Labs; (8) be capable of providing a full non blocking single stage 256 by 256 matrix; (9) consist of a 256x256 single stage non-blocking optical switch with AC power supply, integrated into a single standard telecommunication relay rack with a minimum of 512 (SC/FC) port terminations and splice tray(s); (10) meet or surpass the following optical specifications: Each path throughput limit > 40 Gbs; Acceptable power limits: -27 dBm to +10 dBm; Maximum insertion loss: <4dB (w/o connectors); Insertion loss: <4 dB; Return loss: Minimum 35 dB; Directivity: >70 dB; Crosstalk (static): <-60 dB; Switching time: < 50ms; & Path stability: <0.5 dB change. The contractor shall propose their standard commercial warranty and technical support for the proposed Optical Switch Matrix. Delivery of CLIN 0001 is required 15 days after award. The following are additional "desired" specification for CLIN 0001, Optical Switch Matrix: (1) have the capability to hold certification for DoD standards conformance including physical optical link characteristics, Information Assurance, and Network Management functions; (2) allow organic monitoring for optical power for each light path; (3) allow > 40 stored configurations to be maintained / recalled via management software to automatically re-configure the switch fabric; (4) be controllable via web based software from any standard web browser connected to the switch; (5) be NEBS GR-63 compliant; (6) have the capability to interoperate with both Cisco and Juniper routers on a Generalized Multi-Protocol Label Switching] (GMPLS) control plane. CLIN 0002, Installation to include one (1) standard telecommunication relay rack for CLIN 0001. The Optical Switch Matrix shall be installed at SSC-SD building A33. The specific room number in building A33 will be provided upon award. SSC-SD shall receive a 10 working day notification of delivery to facilitate installation. The installation shall be performed between Monday and Wednesday and should start in the morning. The vendor will perform installation and checkout of the switch and support Government acceptance testing not to exceed 24 hours beyond installation. CLIN 0003, consist of Training of item provided under CLIN 0001. Training shall encompass all necessary training for proper operation and maintenance of the switch and all associated software. If a classroom is required for this training, the contractor shall provide a 5 working days notification before training to facilitate scheduling of a training room. The contractor shall supply all necessary documentation to support the training for a maximum of 8 students. The following Federal Acquisition Regulation (FAR) clauses apply to this solicitation: FAR 52.212-1, Instructions to Offerors-Commercial Items (Jan 2005); 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 (Jan 2005-Deviation), are hereby incorporated by reference. The following Defense Federal Acquisition Regulation Supplement (DFAR) clauses apply to this solicitation: DFARS Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (Jun 2005). Additional Contract Terms and Conditions applicable to this procurement is: FAR 52.233-2 Service of Protest; 52.242-15 Stop Work Order; 52.247-34 FOB Destination; 52.252-2, Clauses Incorporated by Reference; FAR 52.252-6, Authorized Deviations in Clauses; DFARS 252.211-7003 Item Identification and Valuation Type of contract: A firm fixed-price contract will be awarded using Simplified Acquisition Procedures. The following factors shall be used to evaluate offers (listed in relative order of importance): (1) Required technical capability of the item (pass/fail); (2) Desired Technical capabilities (3) Past Performance and (4) Price. The offerors will provide the name and phone number of two (2) references of which the offeror has provided similar product as in this product. Past performance evaluation will consider the offerors past level of satisfaction in the areas of quality of product; customer satisfaction; and timeliness of performance/delivery schedule from two (2) references. This acquisition will utilize the Technical/Price tradeoff source selection procedure to make an assessment for a best value award decision. A decision on the technical acceptability of each offerors' quote will be made on a pass/fail of the proposed Optical Switch Matrix (Factor 1). Offerors who do not meet the required specification of CLIN 0001 will receive a "fail" rating and will not receive further consideration. For those offerors who are determined to be technically acceptable, tradeoffs may be made among Desired Specifications, Past Performance and Price, with Desired Specifications, and Past Performance being more important than Price. The Government reserves the right to make award on the initial offer received without discussions. Companies wishing to respond to this solicitation should provide on your company letterhead or your standard company quotation forms, for the requested items showing solicitation number, unit price, extended price, FOB point, prompt payment terms, delivery time and correct address. OFFERS MUST BE SIGNED. Offerors should refer to FAR 52.212-1(b) for the complete instruction of "Submission of Offers". Offerors are reminded to a completed copy of the provisions at FAR 52-212-3, Offeror Representations and Certification Commercial Items and DFARS 252.212-7000 Offeror Representations and Certification Commercial Items with their offers. Those companies not in possession of the provisions in full text may find the information at http://farsite.hill.af.mil/farsite.html. Each offer shall include their Dun & Bradstreet Code and their Commercial and Government Entity (CAGE) Code. All Contractors who provide goods/services to the Department of Defense(DOD) must be registered in the Central Contractor Register(CCR) in accordance with FAR 4.1103. Contractors can register at www.ccr.gov or by calling 1-888-227-2423. All questions concerning this RFQ must be submitted in writing to Lila Defensor @ lila.defensor@navy.mil prior to 8 August 2005 at 12 P.M. Quotations are due on 15 August 2005 by 12 P.M. via the SPAWAR E-Commerce at https://e- commerce.spawar.navy.mil. No oral quotations will be accepted. All responsible sources may submit a quotation, which will be considered.
 
Web Link
Click on this link to access the SPAWAR Solicitation Page
(https://e-commerce.spawar.navy.mil/Command/02/ACQ/navhome.nsf/homepage?readform&db=navbusopor.nsf&whichdoc=428129D48FBFCDF88825704C0048A9FC&editflag=0)
 
Record
SN00857266-W 20050730/050728212948 (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.