Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 26, 2006 FBO #1703
SOLICITATION NOTICE

D -- Purchase of Triangulation Equipment for delivery to Colombia

Notice Date
7/24/2006
 
Notice Type
Solicitation Notice
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
ACA Southern Hemisphere Mission Support, 2450 Stanley Road Suite 320, Building 1000 2nd Floor, Fort Sam Houston, TX 78234-7517
 
ZIP Code
78234-7517
 
Solicitation Number
W912CL06T0015
 
Response Due
7/27/2006
 
Archive Date
9/25/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and FAR Subpart 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written request for quotations will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition circular 2005-11, Effective 05 Jul 2006 and Class Deviation 2005-0001 and DCN 20060711. Responses must reference Request for Quote No. W912CL-06-T-0015. It is the intention of ACA-The Americas, Mission Support Contracting to purchase 2 sets of radio transmission triangulation equipment and 1 ra dio station system. The Radio Station Systems specifications are as follows - High quality receiver; Computerized controller with range of 0, 1 to 2000 MHz; Lateral band capabilities (USB and LSB) and FM, AM, WFM, CW capabilities; Ultra high capability TC XO; 1000 memory channels; RS232 port in the rear of the radio with the capability to monitor and connect multi functions and watch data; Scanner of high velocity able to scan 40 channels per second; Tuning of 10, 50, 100 Hz 1, 2.5, 58 kHz etc.; 3 types of antenna connectors; Analog medium to adjust the squelch; Stand by timer; Recording control terminals. Triangulation Equipment Specifications are as follows: Frequency Range between 20-3000 MHz; Weight for the Receiver/Processor; shall not exceed 4.4 pound s (2kg); Weight for the Antenna/Mast/Tripod shall not exceed 6.6 pounds (3 kg); Shall have an 8-hour battery that weighs no more than 3.3. pounds (2.5kg); Optimal dimensions are no more than 3.125 H (2RU height) x 6.25W x 7.725 1 (8cm x 16cm x 20 cm); R eceiver  PLL super heterodyne; Tuning Resolution  100 MHz; Operating Mode  F3E; Sensitivity  15KHz/-6dB; Dynamic range  70dB; Spurious rejection  60dB typical; Bearing processor  Synthetic Doppler; Accuracy  Average 2.5, max. 5 degree 1 sigma; List en through  Filtered, Continuous; Display  2X16 char LCD with back light; Bearing display  3 digit numeric; Display refresh rate  2/sec; Display hold time 10 sec; Bearing average  Programmable 2-32. Power Requirements are Battery pack  Rechargeable Nickel-Cadmium; External  power 12V nominal; Operation time  8 hours minimum; Location and Positioning Requirements are North Calibration  Built-in Electronic Compass; Location  Built-in GPS Receiver. Software Control is Control Port  RS-232 Serial, TCP/IP; Geolocation  Triangulation software based on logged or online data. The system shall be integrated to provide scanning; receiver/direction-finding that can be used for stand-alone monitoring and direction finding of communications in the VHF-UHF bands. The system shall automatically search a given frequency band and store the active channels and scan the stored channels from an internal memory channel bank. The shipping and storage container shall be ruggedized with a rapid-deployable, portable antenna containing an electronic compass with automatic North reference direction for bearing calibration. A built-in Global Positioning System is required to determine actual location of equipment being monitored. The system and equipment will be used in remote locations therefore distant remote control capability is required. The system shall come with a control center to receive data and utilize the logged off-line data for geolocation of target radio transmitters utilizing triangulation software and d isplay a map at the centers workstation. The system shall be user-friendly with one-button activation for all main functions. Secondary functions shall be easily activated with no more than one additional key stroke and additional settings and modes of operation shall be accessible through clearly identified menu prompts. The graphical user interface shall be available for Windows, Linux and Unix/Solaris to c ontrol up to four deployed DF units. ALL EQUIPMENT WILL BE SHIPPED THROUGH NEW CUMBERLAND, PENNSYLVANIA TO COLOMBIA. The following FAR and DFARS clauses and provisions are applicable, 52.212.1, Instructions to Offerors, Commercial; 52.212-2, Evaluation o f Commercial Items; 52.212.3, Offeror Representations and Certifications, 52.212.4, Contract Terms and Conditions; 52.212.5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items, applies including 52.219-6 Noti ce of Total Small Business Set-Aside, 52.222.3 convict Labor, 52.222.19, Child Labor-Cooperation with Authorities and Remedies; 52.222.221, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222.35, Equal Opportunity for Special Disable d Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222.36, Affirmative Action for Workers with Disabilities; 52.232.33, Payment By Electronic Funds Transfer-Central Contractor Registration; 52.214.35, Submission of Offers in U.S. Curr ency; 52.225.14, Inconsistency Between English Version and Translation of Contract; 52.214.15, Period of Acceptance of Bids; 52.214-21, Descriptive Literature; 52.214-34, Submission of Offers in the English Language; 52.225-14, Inconsistency Between Englis h Version and Translation of Contract; 52.232.8, Discount for Prompt Payments; 52.247.34, F.O.B. Destination; 52.252-1, Solicitation Provisions Incorporated by Reference; 52.252-2, Clauses Incorporated by Reference 252.225.7005, Identification of Expenditu res in the United States; 52.223.7004, Drug Free Workplace; 52.225.7001, Correspondence in English; 52.212.7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items and incl udes 252.203.7003, Gratuities; 252.225.7021, Trade Agreements; 252.225.7036, Buy American Act-Free Trade Agreements, Balance of Payments Program; 252.247.7023, Transportation of Supplies by Sea; 252.247.7024, Notification of Transportation of Supplies by Sea; Full text of FAR and DFARS clauses may be obtained at website http://farsite.hill.af.mil. Representations and Certifications FAR 52.212-3 (if not completed in ORCA) may be completed online at http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardf ars/far/52_000.htm#P1058_151877. IMPORTANT Only bidders who are registered in the Central Contractor Database are eligible for award. All certifications and representations shall be submitted with your quote. All quotes are due no later than 27 July 200 7, 1:00 p.m. Central Time. Quotes may be faxed to the Contract Specialist at 210-295-6834 or be submitted by email to Roberta.Alicea@samhouston.army.mil no later than the established closing date and time. The Government intends to make one award without discussions for this equipment. Therefore, complete descriptive literature shall be submitted with your quote to be considered for award. Award will be based on the lowest priced quote meeting the specifications of this combined synopsis/solicitation. T his acquisition is 100% set-aside for small business concerns. The Small and Disadvantaged Business Utilization Specialist is Mrs. Jacqueline R. Newton at 210-295-6040.
 
Place of Performance
Address: ACA Southern Hemisphere Mission Support 2450 Stanley Road Suite 320, Building 1000 2nd Floor Fort Sam Houston TX
Zip Code: 78234-7517
Country: US
 
Record
SN01096470-W 20060726/060724220957 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.