Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 21, 2007 FBO #2186
SOLICITATION NOTICE

59 -- Provide AES (256 Bit Length)-enabled handheld transceivers

Notice Date
9/4/2007
 
Notice Type
Solicitation Notice
 
NAICS
517919 — All Other Telecommunications
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commandant (G-ACS), U.S. Coast Guard Headquarters, 2100 Second St., SW, Washington, DC, 20593-0001, UNITED STATES
 
ZIP Code
20593-0001
 
Solicitation Number
HSCG23-07-R-TE4213
 
Response Due
9/17/2007
 
Point of Contact
Ijeoma Ezeonwuka, Contract Specialist, Phone 202-475-3236, Fax 202-475-3905, - Waldron O'Brien, Contracting Officer, Phone 202-475-3238, Fax 202-475-3905
 
E-Mail Address
ijeoma.ezeonwuka@uscg.mil, Walt.J.O'brien@uscg.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This unrestricted procurement is being made in accordance with the procedures in FAR Part 12, FAR 15 and FAR Part 16.5. This announcement constitutes the only solicitation. Proposals are being requested and a written solicitation will not be issued. The United States Coast Guard (USCG) will award a single Fixed-Price Requirements type contract with a period of performance of 24 months. The solicitation number is HSCG23-07-R-TE4213 and it is being issued as a Request for Proposals (RFP) under NAICS Code 334220. The solicitation document, and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-19. The U.S. Coast Guard (USCG) intends to replace antiquated, logistically unsupportable Motorola Astro Saber & XTS-3000 handheld radios, including software and cable accessories to meet the Department of Homeland Security/U.S. Coast Guard Very High Frequency Tactical radio technical and operational requirements; National Institute of Standard and Technology (NIST); National Security Agency and Federal Information Processing Standard (FIPS), specifically, FIPS Publication 197 and 140. Over a 24-month period of performance the Contractor shall provide a maximum of 9,500 commercial-off-the-shelf (COTS) Advanced-encrypted handheld transceivers and accessories meeting the performance, physical, environmental and feature-related specifications and requirements below. The list of contract line item number (CLIN) and items, quantities and units of measure are as follows: (1) CLIN 0001: Provide AES (256 Bit length)-enabled handheld transceivers, Quantities: 9500, Units of measure: Each (EA). The description for this requirement is as follows (A Through D): A. Handheld Radios: (1) Shall transmit and receive on all frequencies in the 136 - 174 MHz Band (2) Shall be equipped with the following modes of operation in any combination consistent with the P25 standard: Wideband (25 kHz) or Narrowband (12.5 kHz), Analog or Digital, Encrypted (see item 4) or Unencrypted (3) Shall comply with the P25 Common Air Interface (CAI) (4) Shall be equipped with DES-CFB, DES-OFB and AES encryption (5) Shall store a minimum of 10 encryption keys in any combination of the above three encryption types (i.e. any mix of AES, DES-CFB and DES-OFB) (6) Shall provide a visual indication showing whether the radio is in encrypted or clear mode (7) Shall provide a manual switch to change between encrypted and clear modes (8) Shall be P25, TIA-102 compliant (9) Shall work Motorola/P25 Over-The-Air-Rekeying (OTAR) in all encryption modes cited in paragraph 4. To demonstrate this capability, vendors shall provide Point of Contacts (POCs) in organizations currently using the radios with Motorola/P25 OTAR Key Management Facilities (10) Shall be compatible with the Motorola KVL3000+(Plus) key loader (11) Shall be capable of upgrading to P25 Trunking (12) Shall have PL tones for repeater operations (13) Shall have an output power of 1 and 5 watts (programmable) (14) Shall have a minimum of 500 channels, all programmable (15) If configured with P25 Trunking, the transceiver shall have operating capabilities in both conventional and/or trunking modes without reprogramming of the radio (i.e. by the operator selecting a trunked or conventional channel or radio configuration) (16) Shall have a minimum battery life of 8 hours with a duty cycle of: 10% Receiving, 10% Transmitting, 80% Standby (17) Shall be equipped with batteries that are resistant to memory effects (18) Shall be attached to a standard web belt, 3 inch height (19) Shall be capable of using an external speaker/microphone, which will be provided as a separate item under this contract (20) Shall provide an audible warning when the battery is low (21) Shall have a warranty of at least 12 months on hardware/software, parts and labor. B. Handheld Radios and Accessories to be attached while radio is operating (e.g. remote microphones): (1) The radio, batteries, remote microphones and radio accessories provided under this contract shall be certified by a nationally recognized testing facility (i.e. FM or UL) to be intrinsic safe. Minimum levels are: Class I, Division I, Groups C, D, E, F, G. This requirement does not apply to battery chargers, keyloader cables or programming cables (2) The radios, remote microphones, batteries and radio accessories provided under this contract shall meet IEC 529 intrusion protection level of IP X7. This requirement does not apply to battery chargers, keyloader cables or programming cables. C. Battery Chargers: (1) Shall be able to work off of 120/240 VAC, 50/60 Hz power (2) Shall be available in two configurations: Single Radio Charger, Multiple-Radio charger capable of charging 6 radios simultaneously (3) Shall be capable of charging batteries while they remain in the radio (4) Shall be designed to avoid over-charging batteries (5) Shall provide a visual indication that the charger is on and functioning. D. Programming Software: (1) Shall be enabled to program all general radio functions/features such as enabling OTAR or other common feature sets (2) Shall be able to program individual radio channel characteristics such as frequency, encryption type, and emission type (digital or analog). The items shall be delivered within 30 days after delivery orders are placed to USCG TISCOM tsd-3b, 7323 Telegraph Road, Alexandria VA 22315 (Mid-south Building), ATTN: Jimmy Lee, FOB Origin. The provision at 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. The provision at 52.212-2, Evaluation-Commercial Items, applies to this acquisition and the following evaluation procedures will be used for this acquisition: (1) Technical Capability: Vendor proposals should demonstrate the ability to satisfy all the listed requirements in A through D. Proposals should include documentation such as evidence of FM or UL certifications or test reports, evidence of FCC, NTIA, NSA and/or FIPS certifications, user/operator manuals, and/or other documentation indicating that the products being offered meet all of the requirements cited above. Proposals should also include the names and telephone numbers of agencies or organizations currently using the proposed products with Motorola/P25 Over The Air Rekeying (OTAR) equipment in various encryption modes. The proposal should outline an effective, efficient and achievable capability for accomplishing the work within the timeline specified by either performance periods or documented in a deliverable schedule. (2) Relevant Past Performance: Proposals should include samples or descriptions of work performed by the vendor that is the same as or similar to the requirements specified in the above specification. These descriptions should also show how the Offeror?s past performance demonstrates their capability and capacity to deliver high quality service and solutions in a performance based environment. The Contractor shall provide a list of two Government or commercial customers who have received similar equipment in the past three years. The following information should be provided for each customer: (a) Name of organization (b) Two Points of contact and contact information (c) Contract number (d) Period of performance (e) Contract value (f) Brief description of the equipment provided. The Government reserves the right to utilize relevant past performance information other than what was submitted in the Contractor?s proposal. (3) Price: Proposals should include prices for each product being offered, including but not limited to: handheld radio, external speaker/microphone, spare antenna (if applicable), spare batteries, single bay battery charger, six bay battery charger, programming cable, encryption key loading cable, programming software, any separately-priced options such as hardware or firmware required to enable various features or functions, P-25 trunking upgrade. If discounts are available for bulk purchases or purchase of packaged systems (e.g. radios, batteries, remote microphone/speaker, software and cables) these discounts should be clearly described. The Government will evaluate the total overall price to determine accuracy, completeness, and reasonableness. The basis of award for Contract award will be Best Value, which will be based on consideration of the Technical Capability, Relevant Past Performance and Price. When combined, Technical Capability and Relevant Past Performance are more important than Price. Offerors shall include a completed copy of provision 52.212-3, Offeror Representations and Certification --Commercial Items Alt I, with their proposal, or reference their current certifications in the Online Representations and Certifications Application (ORCA) system. The clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. Clause 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, is incorporated by reference into this solicitation. In addition, the following FAR clauses cited in 52.212-5(b) are applicable to this contract: 1; 9; and 14 through 21; 23; 26; 31 and 33. Department of Homeland Security (DHS) Clause 3052.209-70 Prohibition on contracts with corporate expatriates (June 2006) is applicable to this solicitation and resulting contract, and is incorporated by reference. The following clauses apply to this acquisition: 52.216-18: Ordering (insert ?date of contract award through contract expiration?), 52.216-19: Order Limitations (insert ?$2,000? in the blank space under minimum order; insert ?$21,500,000?, and ?30 days?, in the blank spaces under maximum order, and 52.216-21: Requirements (insert ?after contract expiration?). The following clauses are incorporated by reference: 52.203-3 Gratuities (APR 1984), 52.203-5 Convenant Against Contingent Fees (APR 1984), 52.203-7 Anti-Kickback Procedures (JUL 1995), 52.203-8 Cancellation, Recision, and Recovery of Funds for Illegal or Improper Activity (JAN 1997), 52.203-10 Price or Fee Adjustment for Illegal or Improper Activity (JAN 1997), 52.209-6 Protecting Government?s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JAN 2005), 52.222-1 Notice to the Government of Labor Disputes (FEB 1997), 52.237-3 Continuity of Services (JAN 1991). PROPOSAL SUBMISSION: Please submit your proposals (Technical, Relevant Past Performance and Price) to the attention of the Contract Specialist, Ms. I.J Ezeonwuka via U.S. Mail, hand delivery, or courier service on or before 12:00 noon EDT on Monday, September 17, 2007. (There will be no proposal submission via E-mail). Each copy of the proposal shall be provided in two separate binders; the first binder shall contain your Technical and Relevant Price Performance information; the second binder shall contain your Price information. Please submit: (1) One original and three copies of the first binder. (2) One original and one copy of the second binder. Mailing Address: U.S. Mail/Courier Service: *Please be aware that you may need to allocate more time if you are sending proposals through regular mail. Commandant, USCG Headquarters, Routing Symbol: CG-9122-B, 2100 Second Street, S.W., Washington, DC 20593, ATTN: Ijeoma Ezeonwuka, 202-475-3236. Hand Delivery: Commandant, USCG Headquarters, Suite 1100/Office No. 0234 (CG-9122-B), 1900 Half Street, S.W., Washington, DC 20593 ATTN: Ijeoma Ezeonwuka, 202-475-3236. Please contact Ms. Ijeoma Ezeonwuka at Ijeoma.Ezeonwuka@uscg.mil or 202-475-3236 for information regarding this solicitation. All responsible sources may submit a proposal which shall be considered by the USCG. Any questions should emailed no later than 12:00 Noon EDT on Monday, September 10, 2007. Responses to the questions will be posted by Wednesday, September 12, 2007. It is the policy of the CG to issue solicitations and make contract awards in a fair and timely manner. To further this policy, the Commandant has created the position of Solicitation Ombudsman who is empowered to investigate issues raised by prospective offerors and resolve them, where possible, without expensive and time-consuming litigation. Potential offerors who believe that a CG solicitation is unfair or otherwise defective should first direct their concerns to the cognizant Contracting Officer. The Contracting Officer for this procurement is Mr. Walt J. O?Brien, who can be via e-mail: Walt.J.O?Brien@uscg.mil if the Contracting Officer is unable to satisfy the concerns, the offeror should then contact the CG Solicitation Ombudsman at the following address: Commandant (G-CG-85-S/3)/2100 Second Street, SW/Washington, DC/20593-000l/Ph: (202) 267-2285, Fax: (202) 267-4011. Potential offerors should provide the following information to the Ombudsman in order to ensure a timely response: solicitation number, contracting office, Contracting Officer, and the solicitation closing date. The Government intends to evaluate proposals and award a Contract without discussions. Therefore, each initial offer shall contain the Contractor?s best terms from a technical and price standpoint. The Government reserves the right to conduct discussions if determined necessary by the Contracting Officer. Note: The Government will not pay for costs incurred in the preparation and submission of proposals or other costs incurred in response to this announcement. Foreign companies and its subsidiaries are excluded from participating in this procurement. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (04-SEP-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 19-NOV-2007, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DHS/USCG/GACS/HSCG23-07-R-TE4213/listing.html)
 
Place of Performance
Address: USCG TISCOM tsd-3b, 7323 Telegraph Road, Alexandria VA 22315 (Mid-south Building)
Zip Code: 22315
Country: UNITED STATES
 
Record
SN01455255-F 20071121/071119230627 (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.