Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2006 FBO #1756
SOLICITATION NOTICE

58 -- Digital Audio Communication System

Notice Date
9/15/2006
 
Notice Type
Solicitation Notice
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Special Operations Command, 16th CON - Hurlburt, 350 Tully Street, Hurlburt Field, FL, 32544-5810
 
ZIP Code
32544-5810
 
Solicitation Number
Reference-Number-WENRICK0906002
 
Response Due
9/19/2006
 
Archive Date
10/4/2006
 
Small Business Set-Aside
Total Small Business
 
Description
** This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. ** ** The solicitation number is F2FT016249A200 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-10. The North American Industry Classification System (NAICS) Code: 334290, with a business size standard of 750 employees. ** ** This procurement consists of: ** Telestra Base Model Processing Platform :Qty 1 each, TL4-2U-G3, 2U 19? rack mount chassis with Removable Hard Drive CD ROM drive, Three 10/100/1000 Mbs Ethernet Interface ports: host/voice/network, Linux OS Model Builder Visual Software Development and Runtime Licenses Technical Documentation (1 copy per PO) Shipping, packaging and handling Software Functionality: Qty 1 each, MBV-MPL-4, Sound and Communications Modeling Package sufficient to support the following application requirements: Qty 4 each, Operator Positions and Audio Channels, Qty 1`6 each, Network Radios, Intercoms, Tones, Voice Warnings, playback sounds, etc. Spare/Growth Capability (1200) 48kHz sample rate: Audio Distribution Hardware: Qty 1 each, UM-RX-4-001, Prism remote extension module, 4 channel, Qty 1 each, UM-RD-001, Spectrum remote distribution module, Qty 3 each, UM-AU-001, Iris distributed digital audio and I/O module, Qty 1 each, UM-LD-001, Axis local distribution module Ancillary Equipment Qty 4 each, HS-TX-PH-44R, Telex lightweight headset, w/dual earphones and Noise-canceling Boom microphone; Qty 4 each, CA-D15M-X4F-10-A, Cable assy, Iris to headset, 10? Other Operator Interface Options: Qty 1 each, PTT-05-002, 4-channel PTT switch, belt clip, w/volume control; Qty 1 each, CA-D15M-X7F-10-C, Cable assy, Iris to 4channel PTT switch, 10?; Qty 1 each, FTSW-01, PTT Footswitch; Qty 1 each, CA-D15M-Y-X4F-Q2M-10-C, Cable assy, Iris to Y to headset and PTT footswitch, 15', ASTi Comm Builder Tool Qty 1 each, AW-CPT-001, Comm Builder Communications Planner Tool (for Windows); Qty 1 each, MBV-CPT, License for One Telestra platform: Support Contract Qty 1 each, TSC-30, The Technical Support Contract includes a bank of 30 hours, funded in advance, that may be consumed either by phone, fax, or email, or for on-site travel, at the customer?s request. As support is used, the hour balance is debited, and unused hours may be credited towards spares, and repairs. The discount rates for labor charges only apply when the account is in credit. These additional features can be renewed via an annual renewal fee. Additional blocks of hours may be purchased at any time: Training Course Qty 1 each, TNG-CRS-3, Three-day training course, at ASTi facilities for up to 4 people. Syllabus includes intensive hardware and software familiarization, and Model Building assistance oriented to customer application.: Training Course On Site Qty 1 each, OSIT-03-HURL1, Three-day training course, at Hurlburt Field for up to 4 people. Syllabus includes intensive hardware and software familiarization, and Model Building assistance oriented to customer application.; Qty 1 each, PCR-SVE-001, Enhanced Version PC'ver comprised of: Qty 1 each CD-ROM; Qty 4 each of Software supports radios and intercoms; Qty 1 each Radius USB codec w/ PTT; Qty 1 each lightweight headset (Telex PH-44R) w/ boom mic; Qty 1 each cable from Radius to PC, 15 ** To be eligible for award, Offeror must be Central Contractor Registered (CCR). Information concerning CCR registration requirements may be viewed via the Internet at http://ccr.edi.disa.mil or by calling the CCR Registration Centers at 1-888-227-2423. ** ** The following clauses apply to this acquisition and are included in full text: FAR 52.212-1-Instructions to Offerors--Commercial Items (Jan 2006) applies to this acquisition and is amended to read: FAR clauses and provisions can be located via the Internet at: http://farsite.hill.af.mil. The Government reserves the right to evaluate proposals and award a contract without discussions with offerors. Offers shall be evaluated in accordance with FAR 52.212-2-Evaluation--Commercial Items (Jan 1999), which is incorporated into this Request for Quote, with addendum to paragraph (a) as follows: The following factors shall be used to evaluate offers: (i) technical capability of the item(s) offered to meet the Government requirement as stated in this synopsis; (ii) price. The Government will make award to the responsible offeror whose offer conforms to the solicitation and is the greatest value to the Government. Past performance and technical capability are slightly more important than price. Each offeror shall include a completed copy of the provisions at FAR 52.212-3-Offeror Representations and Certifications--Commercial Items (Jun 2006), with the quotation FAR 52.212-5-Contract Terms and Conditions Required to Implement Statutes or Executive orders-Commercial Items (Apr 2006) (Deviation), FAR 52.222-25-Affirmative Action Compliance (Apr 1984), FAR 52.252-1- Solicitation Provisions Incorporated by Reference (Feb 1998), FAR 52.252-2-Clauses Incorporated by Reference (Feb 1998), FAR 52.252-6-Authorized Deviations In Clauses (Apr 1984), DFARS 252.204-7004-Required Central Contractor Registration (Nov 2003), and DFARS 252.212-7001-Contract Terms and Conditions Required to Implement Statutes or Executive Orders applicable to Defense Acquisitions of Commercial Items (Jun 2006) (Deviation). ** ** The following clauses and provisions are hereby incorporated either by reference or full text and are to remain in full force and effect in any resultant contract: FAR 52.212-4, FAR 52.219-6, FAR 52.222-3, FAR 52.222-19, FAR 52.222-21, FAR 52.222-26, FAR 52.222-35, FAR 52.222-36, FAR 52.222-37, FAR 52.232-33. A Firm-Fixed-Price Purchase Order will be issued in writing. ** ** Submit signed and dated offer with all required documentation to: Department of the Air Force, 16 CONS/LGCY, Attn: Mr. Michael Wenrick, 350 Tully Street, Bldg 90339, Hurlburt Field FL 32544-5810 at or before 4:00 p.m. Central Standard Time, 19 September 2006. Responses/offers may be sent by mail, fax, or electronically. The POC for this solicitation is Mr. Michael Wenrick at 850-884-7794 between the hours of 6:30 a.m. and 4:00 p.m. central standard time or via e-mail michael.wenrick@hurlburt.af.mil. **
 
Place of Performance
Address: 505th EXS, 138 Hartson Street, Bldg 90005, Hurlburt, Florida
Zip Code: 32544-5204
Country: UNITED STATES
 
Record
SN01145136-W 20060917/060915221050 (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.