Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 17, 2007 FBO #2090
MODIFICATION

59 -- RADIO SET CONTROL GROUP (AN/GRA-39)

Notice Date
8/15/2007
 
Notice Type
Modification
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Southwest, Specialty Center Contracts Core, 1205 Mill Road Building 850, Port Hueneme, CA, 92043-4347, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N62473-07-R-4077
 
Response Due
8/28/2007
 
Point of Contact
June Haynes, Contract Specialist, Phone 805-982-5095, Fax 805-982-3015, - Rita Bush, Contract Specialist, Phone 805-982-3927, Fax 805-982-4540,
 
E-Mail Address
june.haynes@navy.mil, rita.bush@navy.mil
 
Description
This requirement is for RADIO SET CONTROL GROUP (AN/GRA-39) NSN: 5820-00-889-3860; FIELD TELEPHONE SET (TELEPHONE SET - TA-848); SWITCHBOARD TEL 12 TERM (SB-22A/PT) NSN: 5805-00-715-6171; and JUNCTION/DISTRIBUTION BOX (J-1077) NSN: 6110-00-985-7574. This is a combined synopsis/solicitation for commercial item prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. N62473-07-R-4077 is issued as a request for proposals (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-18. The North American Industry Classification System (NAICS) Code is 334111, Electronic Computer Manufacturing. The Small Business Size Standard number of employees is 750. The description of the supplies is: Radio Set Control Group AN/GRA-39 provides the capability of remotely controlling a radio set up to a distance of 2 miles, using standard field wire. Remote control allows us to operate the radio set at the desired installation, yet locate the radio set in the best position for more efficient communication between the remote and the local control unit operators. It also provides a buzzer system so the operators may alert one another. The major components of the AN/GRA-39 are the local control unit and the remote control unit. 1. BAG CW-598: Used for storage and trans-portation of the AN/GRA-39. 2. Sling, carrying bag, and case: Used for trans-portation of the bag. 3. Auxiliary sling: Used for carrying either the remote or the local receiver/exciter unit separately. 4. Control Group C-2328: Used to transmit or receive over the remote radio set. 5. Control Group C-2329: Connects to the radio being remoted. Connects on the radio audio connector. The Switchboard Tel 12 Term (SB-22A/PT) NSN: 5805-00-715-6171 is a portable field telephone switchboard which provides facilities for interconnecting up to 12 voice frequency circuits. These units are widely used by the army to interconnect local battery circuits, remote controlled radio circuits and voice frequency teletypewriter circuits. These units are housed in a durable Lexan plastic case and are supplied with an Accessory Kit containing three line packs and spare lamps. The outstanding features are: Small, lightweight and durable; Essential for all portable telephone switchboard installations; Handles up to 12 telephone circuits; Tightly-fitting front cover protects from the elements; Includes convenient headset microphone; Built in accordance with stringent U.S. Military Specifications; Can be interconnected with an additional SB-22A for up to 29 VF circuits; Equipped for night alarm operation; Provisions for conference calling; Includes accessory kit MX-2915/PT containing one trunk jack, two line jacks, and spare signal lamps in carrying case; Optional tone signaling adapter(TA-977/PT) available with 16 tone signaling capability, for interfacing with automatic tactical switching centers. No modifications to switchboard required. Field Telephone Set (Telephone Set TA-848) Features: Ruggedized; Solid State; Digital Computer Controlled; Seven Operational Modes; Self Test; Diagnostic Fault Location; Military Components; Low Battery Power Consumption; Meets Requirements of U.S. Military Specification MIL - T - 49110; 4 Wire or 2 Wire Local or Common Battery Mode selection for Operation; AN/TTC-25, AN/TTC- 38 (V) AN/TTC-39 or SB-3614 Switching Centers; Optional Automatic Tester Available for Precise Fault Location; Input Response and Output Tone Signal Generation are Digital Computer; Controlled for Accuracy and Reliability; Voice and Signal Paths have Internal Self Checking Circuits; Component and Circuit Design, 4 Layer PC Board and Shielding Reduce Noise Generation and Susceptibility. Operational Service: 2 Wire, DC Supervision, DTMF Signal, CB; 2 Wire, DC Supervision, DTMF Signal, LB; 4 Wire, DC Supervision, DTMF Signal, CB; 4 Wire, DC Supervision, DTMF Signal, LB; 4 Wire, AC Supervision, (2250 Hz Seize, 2600 Hz Release) DTMF Signal, LB; 4 Wire, AC Supervision, (2250 Hz Seize, 2600 Hz Release) DTMF Signal, CB; Point to Point, 570 HZ Ring Burst, LB. Junction/Distribution Box (J-1077) NSN: 6110-00-985-7574 System comprised of 26-pair cable assemblies, 26-pair connectors and distribution boxes. High-reliability 26 pair connectors are designed for speedy, foolproof interconnections under extreme field conditions, are impossible to mismatch, even in the dark. 26 pair plugs mate interchangeably with both receptacles and plugs, permitting connection of either cable end to any other cable end of distribution box. Redundant 26 pair design provides 104 contacts for 52 cable conductors (26 pairs) assures circuit continuity with up to 50% contact damage (jumpers linking redundant contact pairs are welded for reliability). Rugged, waterproof 26 pair connectors resist wear and damage caused by dragging on the ground or through water, even without covers. Four standard types of 26-pair cable assemblies are available: 250 ft. cable with two plugs and cable reel; 250 ft. cable with two plugs; 25 ft. cable with two plugs; 15 ft. cable with one plug and one stripped, dressed and identified end.(other lengths available on request); Cable reel with hold-down strap accommodates up to 250' of cable, permits free unreeling under all conditions. Two types of distribution boxes are available: 1) Larger model contains four receptacles, each connected to one of four sets of 52 binding posts, a total of 208 binding posts; 2) Smaller model contains two receptacles connected in parallel and to one set of 52 binding posts. Distribution box binding posts facilitate connection of stripped cable wires with spring-loaded, cam-action jaws. Special contact test assembly without jumpers permits testing plugs and receptacles, contact by contact, quickly and easily. The requirement is for the following quantities and delivery: CLIN 0001: AN/GRA-39 Remote Control Group for 155 each; CLIN 0002: TA-848 Telephone Set for 160 each; CLIN 0003: J1077 Junction/Distribution Box for 92 each. CLIN 0004: AN/GRA-39 Remote Control Group for 36 each; CLIN 0005: TA-848 Telephone Set for 48 each; CLIN 0006: SB-22 Switchboard for 4 each. All items shall be delivered within 90 days after date of award. Deliveries shall be made FOB Destination to: (1) NFELC, Port Hueneme, CA 93043-4301 for CLINs 0001 through 0003 and (2) NAVELSG, Williamsburg, VA 23187-8792 for CLINs 0004 through 0006. Award will be made to the responsible offeror whose proposal, conforming to the solicitation, represents the best value to the Government in terms of past performance, technical capabilities, and price. The solicitation will be available by INTERNET ACCESS ONLY. All solicitation documents and amendments thereto will be posted on FEDBIZOPS at http:///www.fedbizopps.gov/ and on the NAVFAC Electronic Solicitation website (ESol) at http:///www.esol.navfac.navy.mil. It shall be the contractor's responsibility to check the websites for any amendments. Qualified parties are required to register for the solicitation at the NAVFAC ESol website. The Contractor is required to register with the Department of Defense Central Contractor Register (CCR) and the Online Representations and Certifications Applications (ORCA). No contract award will be made to any contractor that is not already registered or is in the process of registering on the CCR and ORCA. The DoD CCR can be reached at (866) 705-5711 or http://www.ccr.gov/. The following must be submitted with proposals: (1) three references for similar work, including the name and telephone number and, if known, an eMail address, of the point of contact, and a description of the items provided; (2) a narrative explaining the offeror?s technical capabilities to provide the requisite items; and (3) a price proposal. FAR provisions 52.212-1 and 52.212-2, Evaluation-Commercial Items applies. Evaluation criteria will be technical capabilities, price, past performance. Offerors are to include a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. FAR clauses 52.212-4, Contract Terms and Conditions-Commercial Items, and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, apply. The following FAR clauses cited in 52.212-5 apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, and 52.225-3. Proposals are due NLT August 28, 2007 3:00 PM (PDT). Submit proposals to Director, NAVFAC Southwest, Code RAQN0/Naval Base Ventura County, 1205 Mill Rd Bldg 850, Port Hueneme, CA 93043-4347, Attn: Mary Guerrant; or by FAX to (805) 982-3015, Attn: Mary Guerrant; or by eMail to Mary Guerrant at mary.guerrant@navy.mil.
 
Place of Performance
Address: CONTRACATOR'S FACILITY (ZIP CODE USED BELONGS TO REQUIRING ACTIVITY).
Zip Code: 93043-4301
Country: UNITED STATES
 
Record
SN01373937-W 20070817/070815222540 (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.