Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 06, 2007 FBO #2201
SOLICITATION NOTICE

58 -- HDX-C Switch & Spares Package

Notice Date
12/4/2007
 
Notice Type
Solicitation Notice
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
P.O. Box 190022, North Charleston SC 29419-9022
 
ZIP Code
29419-9022
 
Solicitation Number
N65236-08-R-0020
 
Response Due
12/14/2007
 
Archive Date
1/13/2008
 
Point of Contact
Point of Contact - JANET MALDONADO, Contract Specialist, 843-218-5528; Joanne Banks, Contracting Officer, 843-218-5953
 
E-Mail Address
Email your questions to Contract Specialist
(janet.maldonado@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items 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. Solicitation number N65236-08-R-0020 is issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-20. This acquisition is being provided under full and open competition on an unrestricted basis. The applicable NAICS Code is 334290 and the size standard is 750 employees. This solicitation is for the purchase of the following line items: CLIN 0001 - 4 each ??? Switch, HDX-C. Requirements shall consist of the following: 1. Shall be based on and supported by Integrated Services Digital Network (ISDN) technology. 2. Shall be modular in implementation and capable of supporting the subscriber and a minimum of twenty four (24) POTS and 124 ISDN (2B+D) subscriber interfaces. 3. Shall provide growth of 10 percent (not inclusive of configuration card interfaces). 4. Shall have a minimum of 2000 user assignable matrix addresses allocated to no more than four (4) separate modular switching units. 5. Shall be capable of being partitioned into a minimum of two distinct circuit switch units. 6. Shall provide a call management, media gateway, media gateway control and legacy support functionality in a single card. 7. Will be certified as jointly interoperable (JITC certification) in accordance with GSCR. 8. Shall not preclude the transition into wireless voice technology. 9. Shall provide for the following standard interfaces (line cards): o One hundred sixty (160) 2-wire type 2500 phones (Threshold), 192 (Objective). o Twelve (12) 2-wire ground-start and loop-start trunks. o Sixteen (16) 4-wire conditioned Diphase (CDI) Interfaces. o Sixteen (16) threshold and forty (40) objective Basic Rate-S Interfaces (configurable by card selection). o Eight (8) Basic Rate-U Interface. o Four (4) SF trunks (Type 34 and Type 36). o Four (4) Half-Duplex Radio Wireline Interface (RWI). 10. Shall provide for the following configuration interfaces (configuration cards): o Sixteen (16) 2-wire type 2500 phones. o Six each E&M Type 1 and Type 2 (both 2-wire and 4-wire audio). o Four (4) SF trunks (Type 34 and Type 36). o Sixteen (16) Basic Rate-S Interface (configurable by card selection). 11. Shall provide forty-eight (48) trunks which are user configurable via hardware or software to support T1 and ISDN PRI with MLPP per ANSI T1.619a- 1994 standard. 12. Shall provide the following station features: o Call Forward. o Call Hold, Park and Pick UP\p. o Non Secured conferencing allowed at a minimum of two (2) simultaneous five-party conferences. Conference calls can be progressive on a dial-in basis or preprogrammed. o Abbreviated dialing. o Compressed or speed dialing. o Hot Line. It shall be possible for instruments to place calls by simply going off-hook. o Station Hunting. Hunt groups can be defined, each with a minimum of 5 members. o Precedence and Preemption. The commercial CS shall be capable of tan Deming multilevel precedence and preemption (MLPP) signaling between tactical circuit switches that it interconnects or traverses. 13. Shall incorporate two call service positions (CSP) that enables the operator to talk and listen to both parties requiring service. The CSP shall have graphical user interface (GUI) software. 14. Shall include a software GUI based administrative function that enables an operator to assign time slots for subscribers and trunks, assign subscribers to groups, and control conferencing. The administrative function shall: o Permit establishing dial codes, establishing class of service for subscribers, groups and trunks, setting trunk-group priorities, setting subscriber interface characteristics (for ISDN BRI digital only), assigning members to trunks, defining trunk signaling protocols, and setting circuit switch internal timing and optional features. o Capable of being controlled, as a minimum, by serial interface. o Provide, at a minimum, four (4) serial interfaces if the switching function is segmented into two or more switches. o Provide two (2) Ethernet interfaces that are terminated at the internal switch. o Shall, at a minimum, have one serial control port interface accessible by the Administrative PC via the CPP for each controllable switch module/shelf. 15. Shall operate from the same software and maintain a common hardware configuration. 16. Shelf dimensions shall not exceed 9" x 19" x 17" (HxWxD). 17. Must be a Non-developmental item. CLIN 0002 - 4 each ??? Spares Package. Requirements shall provide for the following configuration interfaces (configuration cards): a. Sixteen (16) 2-wire type 2500 phones. b. Six each E&M Type 1 and Type 2 (both 2-wire and 4-wire audio). c. Four (4) SF trunks (Type 34 and Type 36). d. Sixteen (16) Basic Rate-S Interface (configurable by card selection). The required delivery date: 01 FEB 2008 CLINs 0001 & 0002 Ship to address: SPAWARSYSCEN Charleston 2921 AVE 'B' NORTH BLDG. 1639 NORTH CHARLESTON, SC 29418 M/F: JASON PIZARRO, Code 5.3.1.5.0JP TEL: 843-218-5756 Inspection/Acceptance: Government/Destination Defense Priorities and Allocations Systems (DPAS) assigned rating for this procurement: Unrated The following provisions and clauses apply to this acquisition: - 52.203-3, Gratuities - 52.203-6, Restriction on Subcontractor Sales to the Government with its Alternate I - 52.212-1, Instructions to Offerors - 52.212-2, Evaluation Commercial Items - 52.212-3, Offeror Representation and Certifications-Commercial Items (Offerors must include a completed copy with offer) - 52.212-4, Contract Terms and Conditions-Commercial Items - 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items - 52.219-9, Small Business Subcontracting Plan - 52.219-28, Post Award Small Business Program Representative (JUNE 2007) - 52.222-3, Convict Labor - 52.222-19, Child Labor???Cooperation with Authorities and Remedies - 52.222-21, Prohibition of Segregated Facilities-52.222-26, Equal Opportunity - 52.222-26, Equal Opportunity - 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans - 52.222-36, Affirmative Action for Workers with Disabilities - 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans - 52.225-13, Restrictions on Certain Foreign Purchases - 52.232-33, Payment by Electronic Funds Transfer???Central Contractor Registration - 52.247-34, FOB Destination - 52.252-2, Clauses Incorporated by Reference - 252.204-7004 Alt A, Central Contractor Registration - Alternate A - 252.204-7004, Required Central Contractor Registration - 252.209-7001, Disclosure of ownership or control by the government of a terrorist country - 252.212-7000, Offeror Representations and Certifications-Commercial Items (Offerors must include a completed copy with offer) - 252.211-7003, Item Identification and Valuation - 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable To Defense Acquisitions of Commercial Items - 252.225-7001, Buy American Act and Balance of Payments Program - 252.225-7012, Preference for certain domestic commodities - 252.232-7003, Electronic Submission of Payment Requests - 252.247-7023, Transportation of Supplies by Sea (Alt. III) - 252.247-7024, Notification of transportation of supplies by sea The following local clauses are included: G-317, WAWF Invoicing Instructions (Fixed Price Contracts) (VAR 2) (a) "Invoice" as used in this clause does not include contractor's requests for progress payments. (b) The contractor will electronically submit its invoices using the Wide Area Workflow (WAWF) web site located at https://wawf.eb.mil. Please use the WAWF grid (see below) to assist you in entering mandatory data into WAWF. Information listed below in paragraph (c) should be submitted/uploaded as attachments to the invoice. FP Contracts Supply WAWF Table Invoice Type Supply Combo Invoice & Receiving Report Issued by N65236 Admin by DCMA * Inspect by N/A Server Acceptor N65236 (Logistics) LPO N/A Pay by * * To be completed at time of contract award. (c) The use of copies of the Material Inspection and Receiving Report (MIRR), DD Form 250, as an invoice, is encouraged. DFARS Appendix F-306 provides instructions for such use. Copies of the MIRR used as an invoice are in addition to the standard distribution stated in DFARS F-401. (d) In addition to the requirements of the Prompt Payment clause of this contract, the contractor shall cite on each invoice the contract line item number (CLIN); the contract subline item number (SLIN), if applicable; the accounting classification reference number (ACRN) as identified on the financial accounting data sheets, and the payment terms. (e) The contractor shall prepare: __ a separate invoice for each activity designated to receive the supplies or services. __ a consolidated invoice covering all shipments delivered under an individual order. * either of the above. (f) If acceptance is at origin or destination, acceptance verification will be made via the WAWF web site. H-359 LIMITED RELEASE OF CONTRACTOR CONFIDENTIAL BUSINESS INFORMATION (NOV 2003) (a) Definition. "Confidential business information," as used in this clause, is defined as all forms and types of financial, business, scientific, technical, economic, or engineering information, including patterns, plans, compilations, program devices, formulas, designs, prototypes, methods, techniques, processes, procedures, programs, or codes, whether tangible or intangible, and whether or how stored, compiled, or memorialized physically, electronically, graphically, photographically, or in writing if -- (1) the owner thereof has taken reasonable measures to keep such information secret, and (2) the information derives independent economic value, actual or potential from not being generally known to, and not being readily ascertainable through proper means by, the public. Confidential business information may include technical data as that term is defined in DFARS ???? 252.227-7013(a)(14), 252.227-7015(a)(4), and 252.227-7018(a)(19). It may also include computer software as that term is defined in DFARS ???? 252.227-7014(a)(4) and 252.227-7018(a)(4). (b) The Space and Naval Warfare Systems Command (SPAWAR) may release to individuals employed by SPAWAR support contractors and their subcontractor's confidential business information submitted by the contractor or its subcontractors pursuant to the provisions of this contract. Business information that would ordinarily be entitled to confidential treatment may be included in the information released to these individuals. Accordingly, by submission of a proposal or execution of this contract, the offeror or contractor and its subcontractors consent to a limited release of its confidential business information. (c) Circumstances where SPAWAR may release the contractor's or subcontractors' confidential business information include the following: (1) To other SPAWAR contractors and subcontractors, and their employees tasked with assisting SPAWAR in handling and processing information and documents in the administration of SPAWAR contracts, such as file room management and contract closeout. (2) To SPAWAR contractors and subcontractors, and their employees tasked with assisting SPAWAR in accounting support services, including access to cost- reimbursement vouchers. (d) SPAWAR recognizes its obligation to protect the contractor and its subcontractors from competitive harm that could result from the release of such information. SPAWAR will permit the limited release of confidential business information under paragraphs (c)(1) and (c)(2) only under the following conditions: (1) SPAWAR determines that access is required by other SPAWAR contractors and their subcontractors to perform the tasks described in paragraphs (c)(1) and (c)(2), (2) Access to confidential business information is restricted to individuals with a bona fide need to possess, (3) Contractors, their subcontractors, and their employees who are granted access to confidential business information have signed an appropriate non- disclosure agreement requiring them to provide the same level of protection to confidential business information that would be provided by SPAWAR employees, (4) Contractors and their subcontractors having access to confidential business information have agreed under their contract or a separate corporate non- disclosure agreement to provide the same level of protection to confidential business information that would be provided by SPAWAR employees, and (5) SPAWAR contractors and their subcontractors performing the tasks described in paragraphs (c)(1) or (c)(2) have agreed under their contract or a separate non-disclosure agreement to not use confidential business information for any purpose other than performing the tasks described in paragraphs (c)(1) and (c)(2). (e) SPAWAR's responsibilities under the Freedom of Information Act are not affected by this clause. (f) If SPAWAR satisfies the conditions listed in paragraph (d), the contractor and its subcontractors agree to indemnify and hold harmless the Government, its agents, and employees from every claim or liability, including attorneys fees, court costs, and expenses, arising out of, or in any way related to, the misuse or unauthorized modification, reproduction, release, display, or disclosure of confidential business information provided by the contractor to the Government. (g) The contractor agrees to include, and require inclusion of, this clause in all subcontracts at any tier that requires the furnishing of confidential business information. H-360 STATE SALES TAX EXEMPTION (OCT 2003) (a) The contractor's price shall not include state sales tax, unless the location of the contractor's business is in a state that does not afford the Federal Government a tax exemption status under its state and local laws (e.g., Arizona, Hawaii). The contract price excludes all state and local taxes levied on or measured by the contract or sales price of the services or materials furnished under this contract. (b) To the extent that the guidance in FAR Part 31 and DFARS Part 231 applies to this contract, such tax or duty shall not constitute an allowable cost under this contract, unless specifically permitted by the Contracting Officer. (c) Contractors may be taxed by a state or local authority when procuring goods and services for performance of this contract. Such taxation does not constitute a tax levied on the Federal Government; rather it is a tax levied on the contractor for which the contractor is liable. However, the Federal Government is exempt from state and local taxation. Therefore, the contractor shall state separately on its invoices taxes excluded from the contract price, and the contracting officer agrees to either pay the amount of the taxes to the contractor or provide evidence necessary to sustain an exemption. (d) No exemption certificate is required. L-349, Submission Of Electronic Proposals: (a) Offerors shall also submit their proposals electronically to SPAWAR under the instructions contained in this provision. Offerors shall submit their signed proposals as either scanned ("TIFF") or "PDF" documents. Electronic copies shall be submitted via the SPAWAR E-Commerce Central (SPAWAR E-CC). Offerors submitting electronic proposals (e-Proposals) shall register in the SPAWAR E-CC and select their own password in order to submit a proposal. Offerors are required to read the "Submitting a Proposal?" web page found in the SPAWAR E-CC. For information about "e-Proposal" submission, please visit the SPAWAR E-CC. The URL for the SPAWAR E-Commerce Central is https://e- commerce.spawar.navy.mil. (b) Each electronic file shall also be clearly marked to show the solicitation number and offeror's name. E-Proposal files shall not contain classified data. The offeror's e-proposal shall be in accordance with the requirements set forth below: (1) Adobe Acrobat version 4.01 or greater shall be used to create the "PDF" files. (2) The proposal submission files may be compressed (zipped) into one, ZIP file entitled "PROPOSAL.ZIP" using WinZip version 6.3 or greater. (c) Bids and proposals submitted electronically will be considered "late" unless the bidder or offeror completes the entire transmission of the bid or proposal prior to the due date and time for receipt of bids or proposals. This paragraph (c) supplements the submission, modification and withdrawal of bids and proposals coverage in the FAR 52.212-1 "Instructions to Offerors--Commercial Items", FAR 52.214-7 "Late Submissions, Modifications, and Withdrawals of Bids", FAR 52.214-23 "Late Submissions, Modifications, Revisions, and Withdrawals of Technical Proposals under Two-Step Sealed Bidding", or the FAR 52.215-1 "Instructions to Offerors--Competitive Acquisition" provision contained in the solicitation. Submit questions or additional information to POC, Janet Maldonado at janet.maldonado@navy.mil, or 843-218-5528.
 
Web Link
Click on this link to access the SPAWAR Solicitation Page
(https://e-commerce.spawar.navy.mil/Command/02/ACQ/navhome.nsf/homepage?readform&db=navbusopor.nsf&whichdoc=9583F1802D9B4E96882573A70058648E&editflag=0)
 
Record
SN01463234-W 20071206/071204225327 (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.