Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2005 FBO #1383
SOLICITATION NOTICE

58 -- Communication Systems & Equipment

Notice Date
9/7/2005
 
Notice Type
Solicitation Notice
 
NAICS
334210 — Telephone Apparatus Manufacturing
 
Contracting Office
Department of the Air Force, Direct Reporting Units, 11th CONS, 110 Luke Avenue (Bldg 5681) Suite 200, Bolling AFB, DC, 20032-0305
 
ZIP Code
20032-0305
 
Solicitation Number
FA7012-05-T-0072
 
Response Due
9/12/2005
 
Archive Date
9/13/2005
 
Description
The 11th Contracting Squadron, Bolling AFB DC, intends to award a simplified acquisition on a sole source basis to Siemens Communications, Inc located at 1881 Campus Commons Drive, Reston VA. The Government requires Communication Equipment compatible with the system the Air Force is in the process of mandating for Air Force wide use, and is currently used in AF training schools. The Contractor shall provide three Communications Systems and three workstations meeting the following minimum specifications: 1. Electronic Phone with 5 hotlines and at least 100 speed dial capabilities. 2. Electronic phone directory that can hold at least 700 phone numbers. 3. Primary alert (crash) net capability. The ability to press one hotline button and connect at least 4 other members into a conference call. 4. Secondary alert (crash) net capability. The ability to press one hotline button and connect up to 35 persons in a conference call 5. The ability to conference call at least 20 persons. 6. The ability to make recorded notifications. Having the same capabilities as a mass communicator, with at least 40 outgoing lines. 7. The ability to conference call a phone line to VHF or UHF radio 8. The ability to conference call a phone line to the LMR (Land Mobile Radio) 9. The ability to conference call a LMR to VHF or UHF radio 10. To have our current phone line recorder integrated into the new system with the ability to record all phone lines, LMR, VHF and UHF radios. 11. Provide three (3) workstations furniture and equipment that will have the following capabilities: a. Have four articulating arms that can hold three 17inch flat panel monitors to be provided by the government and one that will hold the monitor for the phone system to be provided by the contractor. b. Have space off the desktop surface for three (3) Midtower PCs; two (2) of which will be provided by the government, and one (1) by the contractor. One of these PCs must be separated by at least three (3) feet from any other PC due to its intended use. c. Have of the desktop workspace room to hold nine, 1-inch binders and 4 additional phones. d. Shared by the two (2) workstations will be 2 printers and 1 fax machine. These will be placed as to not interfere with the desktop workspace and will be centrally located to both workstations. e. Have four (4) speakers with individual volume control that can also be turned off. The speakers power button will be lighted to give a visual indication of whether it is on or off. The speakers will be able to select between LMR, UHF, VHF, and TACSAT phone lines. f. Have at least two (2) handsets that will be able to monitor separate events or be able to both monitor the same call. g. Have a hands-free headset with push to talk feature. The headset will also have the capability to override the push to talk feature and work in a normal duplex phone mode The North American Industry Classification System (NAICS) code for this acquisition is 334210. The corresponding SIC code is 3661. The small business size standard is 1000 employees. All interested parties are encouraged to provide information on their capabilities to meet this requirement. In order to be considered a potential source, interested parties must submit clear and convincing documentation demonstrating the capabilities to satisfy the requirement specified above and advantages of the Government to consider another source. The documentation shall include prices and descriptive literature containing sufficient technical documentation to establish a bona fide capability to meet this requirement. Only written responses will be considered. All responses from responsible sources will be fully considered. As a result of analyzing responses to this synopsis, the contracting officer may determine that a solicitation will be issued. If a solicitation is issued, no additional synopsis will be published. Any such solicitation will be issued to Siemens Communications, Inc., and all firms that respond to this synopsis. If no affirmative written response is received within 5 calendar days after publication of this synopsis that a comparable source is available, an order will issued to Siemens Communications, Inc for the requirement described above. The performance start date is 15 Sep 2005. System installation and turnover must be completed by 30 Nov 2005. All prospective offerors must have a Commercial and Governments Entity (CAGE) code and must be registered with the Central Contractor Registration (CCR) as prescribed in DFARS 252.204-7004 in order to receive award. CCR can be obtained at www.ccr.gov or by calling 1-888-227-2423.
 
Place of Performance
Address: Bolling Air Force Base
Zip Code: 20032
Country: USA
 
Record
SN00889163-W 20050909/050908033724 (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.