Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 14, 2007 FBO #2056
SOLICITATION NOTICE

59 -- Combined Synopsis/Solicitation for High Band Networking Radios

Notice Date
7/12/2007
 
Notice Type
Solicitation Notice
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
US Army C-E LCMC Acquisition Center - DAAB07, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
 
ZIP Code
07703-5008
 
Solicitation Number
W15P7T-07-Q-P452
 
Response Due
7/30/2007
 
Archive Date
9/28/2007
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement con stitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is W15P7T-07-Q-P452 and is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions an d clauses are those in effect through Federal Acquisition Circular 2006-23. It is the contractors responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at the following addresses: www.acqnet.go v/far and http://www.acq.osd.mil/dpap/dfars/index.htm. This acquisition is a one month, firm fixed price, commercial acquisition. The NAICS code for this acquisition is 334290 with the small business size standard of 750 employees. This solicitation is issued as an RFQ from C-E LCMC Acquisition Center, Fort Monmouth, NJ 07703, AMSEL-AC-CC-RT-G. The proposed action is for a quantity 7, High Band Networking Radios, Commercial part number 3171139 or equivalent. The High Band Networking Radio, Harris Part Number 3171139 or equivalent, shall provide wireless connectivity for Ad Hoc, mobile networks at ranges up to 30 Kms and burst rates of up to 36 Mbps. The system shall be comprised of a rack mounted Baseband Proc essing Unit (BPU), a weather proof case and a Highband Radio Frequency (RF) Unit with antenna. The radio shall be able to operate On-the-Move (OTM), At the Quick Halt (ATQH) and stationary such as on towers up to 100 feet high or other infrastructure including a building roof. The radio and antenna system must operate on airborne platforms such as an airship, C-12 fixed wing aircraft or as a helicopter sling loads. Each radio and radio component shall be delivered with mounting racks (including required shock and vibration isolation required for operation in a US Army HMMWV). Weather-proof enclosures for the RF and Antenna assemblies shall also be provided. The radio with all components (except the Talin and GPS receiver) shall weight less than 80 pounds. Power shall be 28 volts at less than 250 watts total. Power cords (15 feet minimum) and interconnection and control cables shall be provided for each radio system delivered. At a minimum, the radio shall run the Highband Networking Waveform (HNW) version 2.x or later. The contractor shall update the radio system to run future versions of the HNW at no cost to the government for a period of 2 years. The radio shall operate in C-Band (4.45-4.99GHz) and shall be expandable for operation in KU-Band for ground-to-Air operations at a later date. The radio shall use a TDD-TDMA waveform with multiple slots in a structure designed to optimize the movement of data between Line-of-Sight (LOS) and airborne neighbors. At a minimum, the radio shall implement Advanced Encryption Standard (AES) 256 as TRAN SEC to encrypt all signaling and data generated by the radio. The radio shall use a directional antenna system and shall be capable of 10 simultaneous links with independent modulation based on link Bit Error Rate (BER) and quality metrics. Elements shall be directed optimally for both ground-to-ground and ground-to -air communications. The radio shall be able to link to ground and air platforms within a network concurrently and shall include automatic neighbor discovery mechanisms. The Antenna assembly and RF electronics assembly shall be separable for mounting fle xibility. The radio shall be capable of transmitting Internet Protocol (IP) data and shall include an integrated router with at least 2 externally available ports to connect the radio to the baseband network using 802.3 Ethernet media. The router shall include a Management Information Base (MIB) that can be accessed with Sim ple Network Management Protocol (SNMP). The MIB shall contain sufficient link layer and IP layer information necessary to configure, monitor, manage and reconfigure the radios both locally (within the node) or remotely (from other nodes). Each radio shal l be delivered with network management software designed to allow the operator to GET and SET information within the MIB. The manager shall allow distributed operation and multiple locations to view link and network status. The Radio may use a Tactical Advanced Land Inertial Navigator (TALIN) or other INE, as well as PLGR, DAGR or GB-Gram GPS input to operate OTM or ATQH. A Talin shall not be required to operate At-the-Halt or in fixed installations. The radio shall be capab le of accepting commercial GPS positioning input. The manufacturer shall provide Operator, technical and troubleshooting manuals with each radio delivered. The manufacturer shall provide its standard commercial warrantee for each component and item delivered under the contract. The delivery schedule shall be 7 units of High Band Networking Radios, Commercial part number 3171139 or equivalent, 30 Days After Contract. Additionally, early delivery will be accepted and is encouraged, if at no additional cost to the Government. This will be FOB Destination to Fort Monmouth, W15P66, as implemented by FAR 52.247-34. Inspection and Acceptance shall be at Fort Monmouth. Warranty: Provide with quote standard commercial warranty information. Packing and Packaging shall be IAW ASTMD 3591 (March 83), Standard Practice for Commercial Packaging. The US Army C-E LCMC has established the Interactive Business Opportunities Page (IBOP) website as part of the Armys Single Face to Industry, to allow electronic posting of Solicitation for Request for Proposals (RFPs), Request for Quotations (RFQs), and Invitations for Bids (IFBs) from C-E LCMC to industry. All parties interested in doing business with the C-E LCMC are invited to access, operate, send and receive information from the IBOP at https://abop.monmouth.army.mil Responses to this RFQ must be signed, dated, and received via IBOP by 30 July 2007, no later than 1600. Responses should be marked with the solicitation number. All contractors not registered in the Central Contractor Registration (CCR) database prior to award will not be considered. Vendors may register with CCR by calling 1-800-334-3414 or register online at http://www.CCR.gov Basis for Award: The Government intends to make an award to the Contractor who submits the lowest, responsive bid, and is deemed acceptable and responsible by the Contracting Officer. A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offers specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The following clauses apply to this acquisition: FAR 52.201-1 Definitions FAR 52.203-3 Gratuities FAR 52.203-7 Anti-Kickback Procedures FAR 52.212-1 Instructions to Offerors - Commercial Items FAR 52.212-3 Offeror Representations and Certifications-Commercial Items FAR 52.212-4 Contract Terms and Conditions Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes/Executive Orders Commercial Items FAR 52.215-1 Instructions to Offerors  Competitive Acquisition FAR 52.219-8 Utilization of Small Business Concerns FAR 52.219-14 Limitations on Subcontracting FAR 52.222-3 Convict Labor FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies FAR 52.222-20 Walsh Healy Public Contracts Act FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-22 Previous Contracts and Compliance Reports FA R 52.222-26 Equal Opportunity FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans FAR 52.223-6 Drug Free Work Place FAR 52.225-1 Buy American Act Supplies FAR 52.225-13 Instructions on Certain Foreign Purchases FAR 52.227-1 Authorization and Consent FAR 52.227-2 Notice and Assistance Regarding Patent and Copyright Infringement FAR 52.227-3 Patent Indemnity FAR 52.227-6 Royalty Information FAR 52.227-9 Refund of Royalties FAR 52.232-1 Payments FAR 52.232-33 Payment by Electronic Funds Transfer-CCR FAR 52.232-25 Prompt Payment FAR 52.243-7 Notification of Changes FAR 52.246-23 Limitation of Liability FAR 52.246-2 Inspection of Supplies-Fixed Price FAR 52.249-2 Termination for Convenience of the Government (Fixed Price) FAR 52.247-34 F.O.B Destination DFARS 252.246-7000 Material Inspection and Receiving Report DFARS 252.204-7004 Required CCR DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes/Executive Orders Applicable to Defense Acquisitions DFARS 252.232-7003 Electronic Submission of Payment Requests FAR 52.6076 Army Electronic Invoicing Instructions (FEB 2006) FAR 52.7050 Administrative Data/Instructions to Paying Office FAR 52.6110 Mandatory Use of Contractor to Government Electronic MailDS7029 FAR 52.7029 Preservation, Packing and Marking Instructions FAR 52.7037 Packaging Waivers or Deviations FAR 52.7041 Conditions for Acceptability of Commercial Packaging FAR 52.7047 Bar Code Marking FAR 52.7043 Standard Practice for Commercial Packaging FAR 252.211-7003- Unique Item Identification and Validation The technical point of contact for this action is Pat Degroodt, Pat.Degroodt@us.army.mil, 732-532-4726. The acquisition point of contact for this action is Eric Boorom, Contract Specialist, Eric.Boorom@us.army.mil.
 
Place of Performance
Address: US Army C-E LCMC Acquisition Center - DAAB07 ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
Zip Code: 07703-5008
Country: US
 
Record
SN01340850-W 20070714/070712221549 (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.