Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 26, 2007 FBO #2130
MODIFICATION

60 -- FIBER OPTIC TRANSCEIVER SYSTEMS & JUMPER CABLES

Notice Date
9/24/2007
 
Notice Type
Modification
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, NC, 28310, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
H92239-07-T-0063
 
Response Due
9/25/2007
 
Archive Date
10/10/2007
 
Point of Contact
Valaida Bradford, Contract Specialist, Phone 910 3960560, Fax 910 4329345
 
E-Mail Address
bradforv@soc.mil
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT 0001: QUESTIONS AND ANSWERS QUESTION1 Is the TFOCA2 cable 500 meters long or 1000 meters long? ANSWER 1: 500 meters QUESTION 2: Is the TFOCA 2 fan out cable 1 meter long or 2 meters long ANSWER 2: 2 meters QUESTION 3: Do the TFOCA2 cables need to be made out of mil spec cable or can they be made out of standard indoor/outdoor rated fiber? ANSWER 3: At least outdoor rated cable The US Army Special Operations Command has a requirement for FIBER OPTIC TRANSCEIVER SYSTEMS. This is a combined synopsis solicitation for a commercial item prepared in accordance with FAR Subpart 12.6 and as supplemented with additional information included in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. All persons responding must reference solicitation number H92239-07-T-0063 which replaces previous solicitation number H92239-07-T-0054. The solicitation is being issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-19. It is the contractor?s responsibility to be familiar with all applicable clauses and provisions. Full text clauses are available at farsite.hill.af.mil. This requirement is a total 100% small business set aside. The North American Industry Classification System Code (NAICS) is 334220 and the size standard 750 employees. I. REQUIREMENT: Wage Determination 2005-2393, Rev 5 dated 15 August 2007 is applicable to this solicitation and resulting award. The wage determination may be located at www.wdol.gov. The Contractor shall provide the following items brand name or equal: The 112th Signal Battalion requires purchasing four (4) each Fiber Span L-band fiber optic transceiver systems (shelter) model number AC1209L, four each Fiber Span L-band fiber optic transceiver systems (remote) AC1209L-R, four (4) each Fiber optic cable reels and (8) each fiber optic jumper cables J-Im4-TFOCA2-FC/APC. The fiber modems are used to extend the RF capability in order to support Phoenix satellite terminals and baseband communications equipment for the Battalion. The modems required must also meet the following minimum specifications: ? The RF path must have transmit and receive isolation on the link ? The modem must have an Ethernet interface using a single fiber strand. ? The modem set will need to be furnished with a 1000M 4 channel single mode fiber reels with TFOCA II ends. This will also require a 2 ea TFOCA II fan-out per modem set (2 meters long) with FC ends on the fan-out ends. ? The modem must have LED status indicators for both the optics side of the links as well as the RF and Ethernet side of the links. ? The modem must have an LED status indicator for power state. ? The modem must be matched to 75 Ohm impedance. ? RF Link gain must be between -2dBm to +2dBm ? Modem optical interfaces must be SM FC/APC ? Modem RF interfaces must be N type ? Ethernet interface must be 8x8 Rj45 ? Link will be modeled for 1--- meters ? The input to the optical transmitter must be capable of withstanding signal levels of -40 to 0dBm(+10dBm as absolute maximum) (RF Uplink) ? RF Downlink maximum RF input to fiber optic transmitter is less than 0dBm. ? Modems must operate in temperatures of -30 Degrees C to 75 Degrees C. ? Modems will be designed to fit in standard 19 inch rack mounts, with front and rear supports. Along with the material support of acquiring the modems the 112th requires technical support in order to ensure that this equipment is compatible with their Phoenix Satellite Communications Systems: Pre-Engineering Support: Vendor will be required to visit the installation location, 112th Signal Battalion, Fort Bragg, NC and meet with the 112th engineers to determine specific engineering and functionality requirements of the Fiber to RF modems. Tasks would include pre-engineering design discussions and assessment of required RF component interfaces. This work should be accomplished in 24 work hours. Post-Engineering Support: Vendor will be required to visit the same installation site and assist with the initial installation of equipment. Tasks would include fault discovery and troubleshooting, product acceptance testing and delivery acceptance testing, initial item training and familiarization, and engineering recommendations for product improvement. This will be considered complete when the 112th engineers are able to remote the modems from the terminal and see no degradation of RF performance. This work shall as well be accomplished in 24 work hours. The installation, testing and training shall take place at the 112th Signal Battalion motor pool area (Building E-4166). The hours of operation will be during the regular duty hours of 0900 ? 1700. II. SCHEDULE ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 4 Each L-BAND (SHELTER) FFP FIBER OPTIC TRANSCEIVER SYSTEM (SHELTER) ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0002 4 Each L-BAND (REMOTE) FFP FIBER OPTIC TRANSCEIVER SYSTEM (REMOTE) ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0003 8 Each JUMPER CABLE FFP FIBER OPTIC, FTOCA2 TO FC/APC SM, 4 CHANNEL, 1 METER ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0004 4 Each TFOCA II FIBER OPTIC CABLE REEL - 500 METER SPOOLS, 4 CHANNEL, SINGLE MODE on a spool ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0005 1 Lot PRE-ENGINEERING SUPPORT FFP INSTALLATION ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0006 1 Lot POST ENGINEERING SUPPORT FFP TESTING & TRAINING DESCRIPTION OF ITEMS; 1) L-band Fiber Optic Transceivers Systems (shelter)-19? 1RU Chassis with PS (950-2150) MHZ, FC/APC Fiber Optic Connector, 50 ohm ?N? type RF Connector; 2) L-Band Fiber Optic Transceiver System (Remote) 19? 1RU Chassis with PS, (950-2150 MHZ, FC/APC Fiber Optic Connector, 75 Ohm?s? Type RF Connector; 3) Fiber Optic Jumper Cable, TFOCA2 to FC/APC SM, 4 channel, 1 meter 4) Fiber Optic Cable Reels, TFOCA2, 500 meter spools, 4 channel, single mode BRAND NAME OR EQUAL: Items called for by this request for quotation have been identified in the schedule by a "brand name or equal" description. Such identification is intended to be descriptive but not restrictive and is to indicate the quality and characteristics of products that will be satisfactory. Quotations offering "equal" products will be considered for award if such products are clearly identified and are determined by the Government to fully meet the salient characteristics and requirements listed in the solicitation. To ensure that sufficient information is available for technical evaluation, the offeror shall furnish descriptive material (technical information, brochures, drawings, or other information) necessary for the purchasing activity to determine whether the product offered meets the salient characteristics of the requirement. Offerors not providing technical information may be excluded from competition. PRICE The proposal shall include the unit price per CLIN requested as part of the total cost. PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE: The following Federal Acquisition Regulation (FAR) provisions are applicable to the acquisition: -52.212-1 Instructions to Offerors ? Commercial Items FAR 52.212-2, Evaluation Commercial Items- Award will be made to the responsible offeror whose proposal conforms to this solicitation and is the "Best Value" to the Government. The following evaluation factors in descending order of importance will be used to evaluate offers: (1) technical capability, (2) price, (3) delivery, and (4) past performance. Technical capability is defined as the contractor's ability to meet, or exceed the requirement. A best value award will be made to the offeror submitting an offer found to be most advantageous to the government. The government will determine technical capability during technical review. The following FAR and DFRAR provisions and clauses apply and are incorporated by reference: 52.204-7, Central Contractor Registration JUL 2006 52.212-3 Offeror Representations and Certifications-Commercial Items NOV 2006 52.212-4, Contract Terms and Conditions, Commercial Items FEB 2007 52.212-5, (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) JUN 2007 52.219-8 Utilization of Small Business Concerns MAY 2004 52.222-41, Service Contract Act of 1965, as Amended JUL 2005 52.252-2, Clauses Incorporated by Reference FEB 1998 52.252-6, Authorized Deviations in Clauses. 252.204-7004, Alt A Central Contractor Registration (52.204-7) Alternate A NOV 2003 252.212-7001, (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) APR 2007 252.232-7003 Electronic Submission of Payment Requests MAR 2007 PROPOSALS ARE DUE: Quotes shall be received at HQ-USASOC ATTN: AOCO (Valaida Bradford), Fort Bragg, North Carolina, 28310, not later than 4:00 p.m. EST, 25 September 2007. Fax submissions will be accepted at (910) 432-9345. E-mail submissions will be accepted at bradforv@soc.mil. It is the Contractor?s responsibility to ensure that the Contracting Officer receives proposals within the timeframe specified. QUOTES SHALL INCLUDE: (1) letter signed by an individual authorized to bind the organization with a schedule of the offered items to include unit and total price; (2) completed Representations and Certifications in accordance with FAR 52.212-3; (3) acknowledgment of any amendments that may be issued. Questions regarding this acquisition shall be submitted in writing and emailed to the Contracting Officer?s address no later than 11:00 a.m. Monday 24 September 2007. Telephonic questions pertaining to this solicitation will not be answered. Any amendments that may be issued will be published in the FBO the same as this combined synopsis/solicitation. The point of contract for this requirement is Mrs. Valaida Bradford, Contract Specialist at (910) 396-0560, email, bradforv@soc.mil.
 
Place of Performance
Address: HQ, USASOC, BLDG E-2929, FT BRAGG, NC
Zip Code: 28310
Country: UNITED STATES
 
Record
SN01419476-W 20070926/070924225115 (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.