Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 05, 2008 FBO #2322
SOLICITATION NOTICE

58 -- Digital Microwave Radios

Notice Date
4/3/2008
 
Notice Type
Presolicitation
 
Contracting Office
N00244 FISC SAN DIEGO SEAL BEACH DETACHMENT 800 Seal Beach Blvd. Bldg 239 Seal Beach, CA
 
ZIP Code
00000
 
Solicitation Number
N0024408T0286
 
Response Due
4/17/2008 5:00:00 PM
 
Archive Date
5/2/2008
 
Point of Contact
Cuc Tran 562-626-7139
 
Description
This is a commercial item and services prepared in accordance with the information in FAR Subpart 12.6, using simplified acquisition procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The RFQ number is N00244-08-T-0286. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-11 and DFARS Change Notice 20060711. It is the contractor’s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 334220 and the small business standard is 750 employees. This is a small business set-aside. The Fleet and Industrial Sup! ply Center, San Diego, Seal Beach Division, requests responses from qualified sources capable of providing the following: CLIN 0001 - Digital Microwave Radios in accordance with the Statement of Work set forth in Attachments 1, 2. Delivery and installation to be completed within 60 days after award. Place of delivery is Norco, CA. 92860. The following FAR provisions and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.219-6, Notice of Total Small Business- Set Aside, 52.247-34, F.O.B. Destination; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items with the following clauses applicable to paragraph (b): 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.219-8, Utilization of Small Business Concerns; 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; 52.222-35, Equal Opportunity for Special Disabled Veterans, Vete! rans 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; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration. Quoters are reminded to include a completed copy of 52.212-3 ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.212-7000, Offeror Representations and Certifications - Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7012, Preference for Domestic Commodities; 252.247-7! 023, Transportation of Supplies by Sea Alt I; 252.247-7024, Notification of Transportation of Supplies by Sea. All responsible sources may submit a quote, which shall be considered by the agency. Commercial Items is applicable to this procurement. All quotes shall include price(s), a point of contact, name and phone number, GSA contract number, if applicable, business size, Tax Identification number, Cage Code, and payment terms. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. 52.212-2, Evaluation-Commercial Items. Evaluation-Commercial Items (Jan 1999) (a) The government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Technical Capability of proposed item to meet the requirement, (ii) Price, (iii) Past Performance, Offerors’ proposals will be evaluated first under Factor (i) above, which represents MINIMUM acceptable criteria. Under this factor, products offered will be determined to be either technically acceptable or unacceptable. Failure to meet the minimum criteria for this factor will render the offer to be technically unacceptable and to not be considered for award. See paragraph (b) below. Only those Offers which meet the minimum technical requirements required by Factor (i) will be further evaluated under Factors (ii) and (iii). In the second step of evaluating those offers determined under Factor (i) to be technically acceptable, Factor (ii) is significantly more important that Factor (iii) Past Performace. At the discretion of the Contracting Officer, the Government intends to evaluate proposals and award a contract without discussions with offerors. Each initial offer should, therefore contain the Offeror’s best terms from both a price and technical standpoint. (b) Technical Capability of Proposed item to meet the Requirement, Factor (i) will be assed by evaluating either commercial product brochures or technical information submitted in response to FAR Clause 52.212-1, Instructions to Offerors-Commercial items, Subparagraph (b)(4) which is incorporated by reference in this solicitation. Offerors’ technical information will be used to determine whether the items proposed meet the specifications included in this solicitation. Items offered, as provided in Offerors’ technical information, will be evaluated as technically acceptable or technically unacceptable. Offers which are determined to be technically unacceptable may not be considered further for award. (c) Offeror’s Past Performance information submitted as required by FAR Clause 52.212-1, Instructions to offerors-Commerical Items, Subparagraph (b)(10), will be used to make a determination of whether the offeror has a satisfactory record of past performance for up to three prior similar contracts performed within the past three years. Past Performance information should be provided on the form provided as an attachment to this solicitation. Information utilized will be obtained from these references as well as any other sources who may have relevant information. Offers which lack relevant past performance history will receive a neutral rating for this factor. Any Offeror’s proposal which has no relevant past performance history, while rated neutral, may not represent the most advantageous proposal to the government and thus, may be unsuccessful proposal when compared to the proposals of other offerors. The Contracting Officer will evaluate Offeror’s Past Performance as follows: NEUTRAL: No relevant past performance available for evaluation. Offeror has asserted that it has no relevant directly related or similar past performance experience. Proposal receives no merit or demerit for this factor. OUTSTANDING: No risk anticipated with delivery of quality product, on time, or of any degradation of performance, or lack of customer satisfaction based upon offeror’s past performance. SATISFACTORY: Very little risk anticipated with delivery of quality product, on time, or of degradation of performance, or lack of customer satisfaction based upon the offeror’s past performance. MARGINAL: Significant potential risk anticipated with delivery of quality product, on time, and of degradation of performance based upon the offeror’s past performance. (e) 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 offer’s specified expiration time, the government may accept an offer (or part of an offer), whether or not they are negotiations after its receipt, unless a written notice of withdrawal is received before award. Please specify compliance with the specifications or list any deviations when submitting your quote. Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. Offerors shall also complete their Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov in conjunction with required registration in the CCR database. Submission of the proposal is required by 17 April 2008. Anticipated award date will be on or before 30 April 2008. Email proposal to cuc.tran@navy.mil Attachment (1) DIGITAL MICROWAVE RADIOSNAS Fallon Fairview/Newpass Peak Microwave I.BACKGROUND The Alcatel-Lucent MDR-8708-155-32 OC3 Microwave Radios shall be utilized as a criticalcomponent in the NAS Fallon communications network to link the central comm. Office withNewpass Peak. These radios will allow users to communicate with the remote location withaudio/video/data and first responders for range safety and tactical training. II. FUNCTIONALITY At the minimum, the Digital Microwave Radios shall possess the following characteristics:A. TECHNICAL FEATURES• Long-Haul, Point-to-Point OC3 Wireless Communications• Operating Frequencies: 7.125 – 8.5 GHz bands.• Industry-high System Gain• RF output power of +32 dBm• CPR112G flange at RF output• Upgrade capacity by changing Capacity Keys• Three additional DS1 wayside• Low power consumption• Flexible and scalable architecture• All Indoor operation• Frequency Diversity and robust Multipath countermeasuresB. PERFORMANCE1. Radio Specifications• Frequency Range: 7.125 – 8.5 GHz• US DoD Equipment Identifier: JF12-07984• RF Channel Bandwidth: 30 MHz• Capacity per RF Channel: 3xSTS-1• Modulation Type: 128 TCM• Radio Data Rate: 160.2 Mb/s• Transmitter Power Output: +32 dBm• Receiver Threshold (BER=10-6): -69 dBm• Max RSL for 10-6 BER: -17 dBm• Dispersive Fade Margin for 10-6 BER: 46 dB• Input Voltage: ± 20 - 60 VDC• Typical Power Consumption: 71 Watts III. OPTIONS/ACCESSORIES Two (2) sets of manuals containing instructions on the operation, installation andmaintenance shall be provided.Additional Accessories:• Standard 7ft tall, 19” rack• Power Distribution Unit• DC Power Cable• Fan AssemblyJanuary 22, 2008 2• Controller Key ELMC with three (3) DS1 wayside• Flange Adapter CMR-CPR, 8 GHz• 8 GHz waveguide kit• Optical Fiber Management Panel• Optical Splitter/Combiner Unit IV. SHIPPING & WORK COMPLETION DATE The contractor shall ship the equipment to the following address no more than 60 daysafter contract award: NSWC Corona DivisionForce Training (FT 31)ATTN: John Edmiston/ RCarrasco (Bldg 502)PROJECT: NAS Fallon2300 Fifth StNorco, CA 92860 Attachment (2) Digital Microwave Radio Equipment list (excel file) provided as a separate file. Attachment (3) OFFEROR'S PAST PERFORMANCE DATAN00024-08-T-0286 COMPANY NAME:ADDRESS: CONTACT NAME: TELEPHONE:TELEFAX: 1. This Performance Data is to be used to evaluate your Company's past performance in meeting contract cost/price, technical, and delivery objectives. 2. List Performance Data on your three most recently completed Federal Government contracts (not to exceed three years since completion) for like or similar items required by this solicitation. If you do not have three Federal Government contracts, then list state, local, or commercial contracts, in that order, to complete this report. 3. CONTRACT NUMBER FOR REFERENCE #__: a. AWARDED BY: b. ADDRESS: c. CITY/STATE/ZIP: d. CONTACT NAME: e. TELEPHONE/FAX: f. CONTRACT TYPE: g. ITEM DESCRIPTION: h. CONTRACT DOLLAR VALUE: i. Yes* No Was consideration or a monetary withhold assessed against this contract for non-conforming supplies/services? j. Yes* No Was, or is, any part of this contract terminated for default or involved in litigation? k. Yes* No Was any warranty work completed on delivered items? l. Yes No* Were all items delivered within the original contract schedule? m. Yes* No Have your Company received any quality awards in the past three years? n. For all answers with an asterisk, please provide an explanation. Describe any corrective actions initiated to solve any of the above-described problems/deficiencies on this contract. Discuss the success of the corrective actions taken.
 
Record
SN01547303-W 20080405/080404001109-c8a11da14d2c32b3a4be38a43c02fb9e (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.