Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 02, 2006 FBO #1557
SOLICITATION NOTICE

58 -- TELEMETRY HARDWAREB001

Notice Date
2/28/2006
 
Notice Type
Solicitation Notice
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, CA, 93524-1185
 
ZIP Code
93524-1185
 
Solicitation Number
Reference-Number-F1S0AZ6030B001
 
Response Due
3/15/2006
 
Archive Date
3/15/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared IAW, the format in FAR subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Price Quotes are being requested and a written solicitation will not be issued. This is a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-08 & DFARS change notice (DCN) 20060123. Standard Industrial Classification (SIC) code is 3679, FSC code is 5820 & the size standard is 750 employees. NAICS is 334220. The Air Force Flight Test Center has a requirement for 4 ea. Network Access Unit, OC-3C, IR with part number 10070-001; 2 ea. Network Access Unit with part number 10122-01; 6 ea. Telemetry Service Interface Module with part number 10071-01; 4 ea. Video Service Interface Module with part number 10068-01-001. Salient characteristics are as follows: ATM Integrated Network Access Units (NAUs)?Platform support TW-400, TW-300, TW-300 Lite One NAU per chassis Provides switching/muxing for chassis ATM Functionality o ATM switching/muxing o CBR, VBR, and UBR traffic classes o PVC, PVP, and S-PVC connection types o 64k logical, 600 physical connections o PCR, SCR, CDVT & MBS QoS parameters o Bi-directional F4/F5 per 1.610 o I.356 performance monitoring ATM Per-VC Statistics (Ingress & Egress) Total & maximum cells CLP0, CLP+1,EPD & PPD discards Tagged, dropped due to policing CRC. Parity. Checksum. ATM errored hdrs. SERVICE INTERFACE MODULE SUPPORT o TDM:DS1, E1 o Data: Ethernet 10/100 LAN o Video: VSIM (NTSC/PAL, DVB, MPEG) o Video: SMPTE 310M o Video: SKI Lossless (OC12c NAU only) o Audio: ASIM o Telemetry: TTL, ECL, and RS530 o Native ATM: DS3c Integrated Service & Management Ports 4x DS1/E1, structured or unstructured 1x Ethernet 10/100Base-TLAN service 1x Craft management DS1 or E1 Services q 4 ports, RJ-48C (unkeyed) q DS1:AMI or B8ZS line coding, T1, 102 q E1: HDB3 line coding, G.703 q Structured )SDT) or unstructured (UDT) data transport, software configurable q Network?or Rx-derived timing q Low-latency CES with CBR AAL1 transport (af-vtoa-0078.000, ATM v2.0) q 24 hour performance monitoring statistics Ethernet-based services 1 port,RJ-45, 10/100Base T RFC 2684 frame encapsulation Strict SLA enforcement RMON VoIP support Tagged or untagged frames Filtering & Forwarding based on destination MAC ID, VLAN ID, or both QoS, Shaping and Policing o Strict ingress rate policing o Per-path bitrate control for up to 24 paths o 64 kbps-100Mbps in 1 kbps increments o Bidirectional rate shaping Group shaping for up to 12 groups ATM VBRrt, VBRnrt, UBR over AAL5 EPD and PPD 802.1 D BRIDGING (STP) v Learning Bridge with 4k addresses v Dynamic address learning & static forwarding 802.1Q VLAN v 4089 VLAN address space per OLT v 24 VLAN PVCs per LAN port v Arbitrary assignment between ports v VLAN Trunking v VLAN tag stacking (VLAN Q-in-Q) v Ingress & Egress Frame Tag Swap v Un-tagging of tagged frames VLAN Trunk-Port Frame Forwarding Dynamic, Static, Combined VLAN Tag Switching Craft Management 1 port, RJ-45, 10Base-T half duplex Embedded HTML/HTTP server with browser-based GUI DS3c and E3c Network Interfaces 2x BNC, 75 ohm 1+1 or in dependent operation Optical Network Interfaces 2x dual fiber SFP, single or multi mode Rate: OC3c, STM1c, OC12c, or STM4c Choice of IR or LR (SMF) 1+1 or independent operation Mechanical/Environmental Operating Temp (indoor): 0-40 degrees C Humidity: 5-90% RH non-condensing Regulatory (partial listing) o Safety: UL, cUL, and IEC 60950 o FCC Class A, ICES-003, AS/NZS 3548 o CE and MIC marks o NEBS-1 compliant, NEBS-3 capable (PAU) o ETSI, EN 300 386, EN 300 019 compliant FCAPS functionality Real time monitoring Alarms & fault detection & isolation Remote provisioning & pre-provisioning Fault & performance logs Service management, including port provisioning, QoS & bandwidth management User Interface & API SNMP with Java front-end Web browser-based GUI Northbound CORBA interface SYSLOG (RFC 31530 alarm reporting Video SIM (VSIM) SERVICE INTERFACE MODULE for the TW-400 & TW-300 ONTs Video Input Ports Density: 2 ports, source selectable Impedence: 75W unbalanced Connector: BNC Type: Composite or SDI Video Output Ports Density: 2 ports Impedence: 75 W unbalanced Connector: BNC Type: Composite or SDI Composite Video Format: NTSC, PAL I/O Level: 1 volt p-p nominal Digital Video I/O Level: 800 mV+ 10% Interface: ITU-R BT.656 Video Timing Sources External Composite Video External SDI Video Internal Timing Reference MPEG recovered clock Analog Audio Input Ports Density: 1 stereo, 2 mono Impedence: > 10 K Ohms/600 Ohms, user Selectable Connector: Screw Terminal Analog Audio Output Ports Density: 2 mono or 1 stereo Impedence: < 25 Ohms I/O Level: +21dBm clipping Echo cancellation: Built-in Digital Audio Ports Density: 4 stereo Interface: SMPTE 259M Format: Embedded Audio Compression MPEG-2 L1 (2 Channels) SMPTE 302M (2 Channels) DVB/ASI Ports Density: 1 input/output, redundant Impedence: 75W unbalanced Connector: BNC Interface: EN 50083-9 Packet Size: 188, 204 w/FEC FEC: 204/188 per EN 300 429 Protocol Support J.82 AAL5 UDP/IP RFC 2684 (IPoATM) Ethernet Port [10096] Density: 1 port Connector: RJ48 Interface: 10BaseT RS-232 Port [10068] Density: 1 port Connector:RJ48 Mechanical/Environmental See IW-400 and TW-300 datasheets for more details Physical Dimensions 1.75? (H) x 17? (W) x9.5? (D) Environmental Operating Temp: 0 to 40?C (32-104?F) Humidity: 5-90% RH non-condensing Regulatory (partial listing) Safety: UL, cUL, and IEC 60950 FCC Class A, ICES-003, AS/NZS 3548 CE and MIC marks NEBS Level 3, Class 1 ETSI, EN 300 386, EN 300 019 compliant Additional details available upon request FCAPS FUNCTIONALITY Real time monitoring Alarms & fault detection and isolation Remote provisioning and pre-provisioning Fault and performance logs Service management, including port provisioning, QoS and bandwidth management USER INTERFACE AND API SNMP with JAVA front-end Web browser-based GUI Northbound CORBA interface SYSLOG (RFC 3153) alarm reporting Description: Source telemetry signal, as clock & data, is input to the TSIM where it is converted to ATM cells using standard circuit emulation techniques. The TSIM has two modes of operation: standard & low delay. In standard mode it generates AAL1 cells compliant with I363.1. In low delay mode, streams of less than 8 Kb/s are encoded as partially filled ATM cells to minimize delay. TSIM supports synchronous clock mode on the input ports. Upon receipt of the ATM cells, the telemetry source is reconstructed. The TSIM supports adaptive clock mode on the output ports. In the adaptive clock mode, the TSIM uses adaptive clock techniques to regenerate the source clock. An adaptive algorithm makes use of a deep jitter buffer to mediate the effects of CDV on data stability. The depth of the jitter buffer is programmable to allow the user to optimize for CDV tolerance and delay. The synchronous clock mode allows the transport of telemetry streams to be synchronized to the network. All relevant alarms and statistics for proper operation and maintenance of the TTL TSIM are available remotely via a web-based browser interface. The TMS provides remote management, complete service provisioning, fault & performance management and software administration capabilities for the TTL TSIM. Interested parties who believe they can meet all the requirements for the following: Network Access Unit, OC-3C, IR with part number 10070-001; Network Access Unit with part number 10122-01; Telemetry Service Interface Module with part number 10071-01; and. Video Service Interface Module with part number 10068-01-001 described in this synopsis are invited to submit in writing complete information relating their ability to provide the required telemetry equipment. FOB Destination is the Government preferred method of shipping. Please submit ?FOB Destination? shipping information with all submittals to the office. Specify the Delivery Schedule. Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this synopsis. 52.232-33 Mandatory information for electronic funds transfer payment. Before we can begin the contracting process with your company, I need the following online Representations & Certifications Application (ORCA) completed--- http://orca.bpn.gov/. For MPIN registration---http://www.ccr.gov/mpin.asp/. Use of online reps & certs application (ORCA) became mandatory 1 Jan. 2005. ORCA is a web-based system that centralizes, standardizes, and moves the collection and storing of FAR level representations and certifications online. Reps & Certs are to be completed at least annually by vendors online through the ORCA portion of the Business Partner Network (BPN). Contractors, presently registered in Central Contractor Registration (CCR), can get a head start by going to www.bpn.gov/orca/ to activate their ORCA profiles. Initially, ORCA will retain the most significant contractor reps & certs that would apply to any acquisition in the form of 26 questions. Solicitation specific Reps & Certs may still be used outside of ORCA. Further information on this initiative may be obtained from the ORCA help menu, http://orca.bpn.gov/help.aspx. This help menu includes ORCA background information, frequently asked questions (FAQ), and the ORCA handbook. Provision at 52.212-1, Instructions to Offerors?Commercial, applies to this acquisition. Provision at 52.212-2, Evaluation, Commercial Items. (JAN 1999). The government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government in terms of price and other factors. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the government requirement; (ii) price; (iii) past performance Please note that this synopsis is for planning purposes only and does not constitute a solicitation for competitive bids/proposals and is not to be construed as a commitment by the Government. However, all interested parties who believe they can meet the requirements are invited to submit in writing complete information relating their ability to provide the following: Network Access Unit, OC-3C, IR with part number 10070-001; Network Access Unit with part number 10122-01; Telemetry Service Interface Module with part number 10071-01; and Video Service Interface Module with part number 10068-01-001 52.212-3 Offeror Representations & Certifications, Commercial Items 52.204-7 Central Contractor Registration 52.212-4 Contract Terms & Conditions, Commercial Items 52.212-5 Contract Terms & Conditions required to Implement statutes 52.225-4 Buy American Act, North American Free Trade Agreement, Israeli Trade Act Certificate 52.225-4 Alternate I 52.222-22 Previous Contracts & Compliance Reports 52.222-25 Affirmative Action Compliance 252.212-7000 Offeror Reps & Certs, Commercial Items 52.252-2 Clauses Incorporated by Reference (FEB 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the contracting officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil. 52.222-3 Convict Labor 52.222-19 Child Labor, Cooperation with Authorities & Remedies. 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-26 Alternate I 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other eligible Veterans 52.225-3 Buy American Act, North American Free Trade Agreement 52.225-3 Alternate II 52.225-13 Restrictions on Certain Foreign Purchases 52.247-34 FOB Destination 252.212-7001 Contract Terms & Conditions Required to Implement Statutes or Executive orders applicable to Defense Acquisitions of Commercial Items 252.225-7001 Buy American Act, Balance of Payment Program 252.225-7036 North American Free Trade Agreement Implement Act 252.232-7003 Electronic Submission of Payment Requests 252.247-7023 Transportation of supplies by Sea 252.247-7023 Alternate III (MAY 2002) 5352.201-9101 Omsbudsman 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) Offers are due at the Air Force Flight Test Center, Directorate of Contracting, 5 South Wolfe Ave., Edwards AFB, CA 93524. No later than close of business (COB) xx March 2006 at 4 p.m. Faxed transmissions of quotes are acceptable. Fax number is 661-275-7862 or e-mail: kim.rabatin@edwards.af.mil
 
Place of Performance
Address: Air Force Flight Test Center, Directorate of Contracting, 5 South Wolfe Ave., Edwards AFB, CA,
Zip Code: 93524
Country: United States
 
Record
SN00996109-W 20060302/060228213018 (fbodaily.com)
 
Source
FedBizOpps 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.