Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 05, 2006 FBO #1682
SOLICITATION NOTICE

58 -- Telephone Carrier System

Notice Date
7/3/2006
 
Notice Type
Solicitation Notice
 
NAICS
334210 — Telephone Apparatus Manufacturing
 
Contracting Office
ACA, Yuma Proving Ground - DABK41, ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street, Yuma, AZ 85365-9106
 
ZIP Code
85365-9106
 
Solicitation Number
W9124R-06-T-0044
 
Response Due
7/12/2006
 
Archive Date
9/10/2006
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation Number: W9124R-06-T-0044 Response Date: 12 July 2006, 12:00 PM MST This a combined synopsis/solicitation for commercial services prepared in accordance with the format in the Federal Acquisition Regulation (FAR) PART 12 Acquisition of Commercial Items and Part 13 Simplified Acquisition Procedures, as supplemented with add itional information included in this notice. This announcement constitutes the only solicitation, quotes are being requested and a written solicitation will not be issued. This acquisition is being solicited as a 100% Small Business Set-Aside. The North Am erican Industrial Classification Code (NAICS) applicable to this acquisition is 334210 with a size standard of 1,000 employees. All prospective offerors must be actively registered in the Central Contractor Registration. Offerors may register online at htt ps://www.ccr.dlis.dla.mil/ccr/scripts/index.html This requirement is being issued under the Simplified Acquisition Procedures as a Brand Name or Equal per FAR 52.211-6. Quotes are being solicited for the following Charles Industries items: Contract Line Item Number (CLIN) 0001, Quantity: 3, Unit of Issu e: Each, Description: #91-DML210A, DML210 IS1 12:1 ALARM CARD, Quantity: 2, Unit of Issue: Each, Description: #92-FAN23M-A, FAN23M IS1 12:1 23 INCH FAN, Quantity: 2, Unit of Issue: 2, Description: #92-DML201-B, DML201 ISS2 12:1 23 SHELF, Quantity: 5, Unit of Issue: Each, Description: #91-DML200-C, DML200 IS3 Shelf PS 260-380V, Quantity: 10, Unit of Issue: Each, Description: #91-DMLQ2120C-B, DMLQ2120C IS2 12:1 COT 4TEL, Quantity: 30, Unit of Issue: Each, Description: #93-DMLQ620C-A, DMLQ620IS1 12:1 2 Line D rop, Quantity: 10, Unit of Issue: Each, Description: #93-DMLQ621C-A, DMLQ621C IS1 12:1 DROP/INSERT, Quantity: 8, Unit of Issue: Each, #93-DMLQ5121G-A, DMLQ5121G IS1 12:1 REP. Salient Characteristics are as follows: SYSTEM COMPONENTS: Central Office Termin al (COT) Line Card: Provides 12:1 Digital Pair-Gain (DPG), 2B1Q line coding, Uses twisted pair infrastructure, Pole / Wall / Pedestal Mount Repeater & Isolation Repeater: Extends DSL distance up to 24,800 ft. on 19 AWG, Line powered, Rugged design for use at -40? to 65?C (-40 to +149?F), Weather-tight housing, Isolation Repeater required for Back Power configurations, 2 Line Add/Drop (A/D) Unit 2 Line Add/Drop (A/DE) End Unit: Power and sync LED indicators, Line powered, Can be used in Distributed or Hybrid configurations, Supports up to 200 ohm drop lengths, Extends DSL distance up to 24,800 ft. on 19 AWG, Rugged design for use at -40? to 65?C (-40? to +149? F), Remote Terminal (RT)  RT12: Drops up to 12 POTS lines, Can be used in combination with Point-to -Point or Hybrid configurations, Rugged design for use at -40? to 65?C(-40? to +149? F), ELECTRICAL SPECIFICATIONS: Frequency Response: With respect to the off hook transmission loss at 1004 Hz from a signal level of 0 dBm0, the loss at 400 Hz is within -0 .5 and +3.0 dB, and the loss at 2800 Hz is within -0.5 and +1.0 dB., Idle Channel Noise at output of COT Line Card: 20 dBrnC maximum, Channel Crosstalk: With 0 dBm0 single frequency input signals between 200 Hz and 3400 Hz applied to any line, the C-messag e weighted total output between 200 Hz and 3400 Hz from any other line less than -65 dBm0. Return Loss (Ref: 900 ohms +2.16 mF): ERL greater than 18 dB; SRL greater than 10 Db Ringing Frequency Response: 15-35 Hz, Ringing Capacity: 5 REN per line, 15 REN s imultaneously, Compatibility: Compatible with V.34 modem speeds, Replaces analog carrier systems 82A and CM8, Compliances: OSMINE compliant, NEBS Level 3 certified (CO equipment), UL approved, CSA certified, SYSTEM CAPABILITIES: Transmission Format: 2B1Q, 800 Kbps full duplex, Channelization: 12, 64 Kbps Clear channel POTS lines, Range of Digital Subscriber Line: Span Distance: 24 Kft on 19 AWG, 16 Kft on 22 AWG, 12 Kft on 24 AWG or 9 Kft on 26 AWG (per node segment). Attenuation loss of -36 db at 200 KHz p er segment. System Capacity: Up to 8 Nodes (Node: a repeater or an Add/Drop Unit). The maximum number of Add/Drop Units is 6 per system. The maximum number of repeaters is 7 per system. The resultant contract will be firm fixed price. It is anticipated that payment under this contract will be made via Government VISA credit card. The Government intends to award a contract to the responsible offeror whose offer conforming to the proposal will be the most advantageous to Government based on technical capability to meet the requirement and price. All quotes shall include shipping costs to U.S. Army Yuma Proving Ground, Yuma, AZ 85365. All quotes shall be clearly marked with solicitation # W9 124R-06-T-0044 and emailed to Edgar.Angulo@yuma.army.mil or sent by facsimile to (928) 328-6849 no later than 12 July 2006, 12:00 PM MST. Offers that fail to furnish required representations or technical information as required by FAR Clause 52.212-1 cited below or reject the terms and conditions of this solicitation may be excluded from consideration. The following FAR Clauses and Provisio ns are incorporated by reference and apply to this acquisition. FAR provision 52.212-1 Instructions to Offerors Commercial Items (Jan 2006). NOTE: in order to complete the Representation and Certifications for the following referenced provisions you must g o to the Air Force Web Site at http://farsite.hill.af.mil/Vffar1.htm, locate the reference clause, copy and paste it to a Word document and complete FAR provision 52.212-3 Offeror Representations and Certifications Commercial Items (June 2006) Alternate I (Apr 2002) and DFARS 252.212-7000 Offeror Representations and Certifications Commercial Items (June 2005) apply to this acquisition. FAR 52.212-4 Contract Terms and Conditions Commercial Items (Sept. 2005) and specifically addendum 52.247-34 FOB Destinatio n (Nov 1991). FAR 52.212-5 Contract Terms and Conditions required to Implement Statues or Executive Order Commercial Items (June 2006) apply to this acquisition. Specific clauses cited in FAR 52.212-5 that are applicable to this acquisition are 52.222-3 Co nvict Labor (Jun 2003), 52.222-19 Child Labor Cooperation with Authorities and Remedies (Jan 2006), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Apr 2002), 52.222-37 Employment Reports on Special Disabled Veterans , Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001), 52.232-34 Payment by Electronic Funds Transfer Central Contractor Registration (May 1999), 52.232-36 Payment by Third Party (May 1999).. DFARS Clause 252.212-7001 Contract Terms and Con ditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (June 2006) applies to this Acquisition, and specifically 252.225-7001 Buy American Act Trade Agreements Balance of Payments Program (June 200 5) and 252.232-7003 Electronic Submission of Payment Requests (May 2006). If you plan on participating in this acquisition you are required to provide your name, address, phone number, and email address to Edgar Angulo via email to Edgar.Angulo@yuma.army. mil or facsimile (928) 328-6849 for notification of amendments.
 
Place of Performance
Address: ACA, Yuma Proving Ground - DABK41 ATTN: SFCA-SR-YM, Directorate of Contracting, Building 2100, Ocotillo Street Yuma AZ
Zip Code: 85365-9106
Country: US
 
Record
SN01082289-W 20060705/060703220330 (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.