Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 26, 2008 FBO #2404
SOLICITATION NOTICE

61 -- DIGITAL TOUCH EXCHANGE SYSTEM (DTX)

Notice Date
6/24/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335929 — Other Communication and Energy Wire Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, 164 AW/LGC, 164 AW/LGC, 2815 Democratic Road, Memphis, TN 38118-1510
 
ZIP Code
38118-1510
 
Solicitation Number
W912L7-08-T-0013
 
Response Due
7/16/2008
 
Archive Date
9/14/2008
 
Point of Contact
CARL STEVENSON, 901/291-7109
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. Quotes are due in this office no later than 16 July 2008, 11 a.m. Eastern Standard Time. The point of contact is Mr. Carl Stevenson 901-291-7109. Submission may be hand delivered, emailed(carl.stevenson@tnmemp.ang.af.mil) or faxed(901-291-7434). Quotes must be signed by the person authorized to encumber the company. Quotes are being solicited for the following: 1 EA, Digital Touch Exchange (DTX) System integrating both commercial off the shelf (COTS) hardware. The DTX will be configured with 18 Consoles(1 is a Maintenance Console), controlling 50 lines. The lines will consist of 16 4-wire radio lines, 2 Emergency broadcast lines, 1 ring-down line, and 31 business phone lines. ANI caller ID shall be provided on each of the 31 business phone lines. Intercom between the DTX System consoles is a standard feature and utilizes none of the line capacity of the system. One set of the minimum recommeded spares. System shall consist of; 1) Operator UCC Console with Windows XP Console PC(with DVD-R/CD-RW drive, hard drive, keyboard and mounse), DTX Software, 17 inch LCD TS Monitor, Microphone, Foot Switch, Speakers (2 ea), subassembly interface cables, and two (2) headset jackboxes, plus two (2) sets of headset interface cables. For analog audio recording purposes, each console's UCC has a configurable recorder output jack that can be configured to provide only that console's select audio or the monitor audio can be included. 2) Maintainer UCC Console with Windows XP Console PC (with DVD-R/CD-RW drive, hard drive keyboard and mouse), DTX Software, 15 inch CRT TS Monitor, Microphone, Foot Switch, Speakers (2 ea), subassembly interface cables, and (2 ea) Headset jackboxes, plus (2 sets) Headset interface cables. For analog audio recording purposes, each conole's UCC has a configurable recorder output jack that can be configured to provide only that console's select audio or the monitor audio can also be included. 3) Central Common Control Equipment: 1 set redundant windows master computers (with CD RW drive), a rack mount LCD/Keyboard/KVM Switch, and printer with rack shelf; 1 ea power distribution panel; 1ea redundant hot swap 110 VAC power supply; 1 ea MUX shelf (with 18 ea CICs, 4 ea RICs, and 2 ea CLICs); 1 ea 7 ft by 19 inch, open frame equipment rack; 3 ea T1 interface controllers (TIC) provides 72 DSO for all digital line interfacing; 3 ea channel banks populated with 16 dual FXO cards and 9 dual E&M cards, prividing analog line interface; 5 ea ANI CLID decoders(eight lines each); 1lot minimum recommended spare assemblies to consist of: (a. Spare equipment to reduce impact of a failed item effects a single user console position; b. COTS equipment that is not redundant in nature (channel-bank cards, Caller ID Decoders, Emergency Desk Intercoms, etc); c. T1 interface module. It is redundant in the TICs but each module supports 24 channels of operation); 1 EA, Two trips, one person per trip, Objectives: 1) Assist Tennessee Air National Guard personnel in verifying inventory of new equipment; 2) Contractor personnel will demonstrate, instruct, assist, and observe in the installation of the common control equipment for proper subassembly interconnection and proper connection of analog lines to channel banks; 3) Contractor personnel will demonstrate, instruct, assist, and observe in the proper connection of the provided Category 5 or better cabls (or Fractional-T1 (Ft1) circuits) from Console location to the common control equipment; 4)Contractor personnel will demonstrate, instruct, assist, and observe in the set up of the console locations checking for proper inter-connection of the subassemblies and attachment of a console to the provided 117V AC and provided Category 5 or better cable (or FT1 circuits) to the common control equipment; 5) Contractor personnel will demonstrate, instruct, assist, and observe in setting up the many different databases required for proper operation; 6) Contractor personnel will demonstrate, instruct, assist, and observe the customer with interfacin to the provide long term voice recorder equipment. This includes attaching T1 and/or analog circuits as is appropriate for the provided long term voice recorder equipment; 7) Contractor personnel will provide technical assistance to government personnel in testing the proper operation of the DTX when connected to their communications circuits; 8) Contractor personnel will provide maintenance and operator training. Training will require access to the equipment for hands-ons experience. Each class session should be limited to 10 or less trainees; 8) Maintenance training is an 8 hour class that covers theories required in the maintenance of the DTX as well as hands-on sessions; 8.1.a) Theories: T1 Communications, DTX Architecture, Three Functional Groups, Hardware, Software, Firmware and Database Management; 8.1.b) Hands-on: Setting up the database, configuration settings, master/console operation, troubleshooting, software update procedures and backup procedures; 8.2) Operator training is a 4 hour class that cover equipment familiarization, logging in procedures, main screen layout setup, phonebook setup, simple diagnostics, and console operation; 26 EA, Emergency Desk Intercom with Handset, DTMF Encode and Decode; Individual DTMF Call Number addressable with alert tone and visual indication; DTMF 911 Emergency Call Alarm with alert Tone and visual indication; Different audible and visual indications to differentiate a normal and emergency call; Emergency call supersedes normal call indications. Vendors quoting must have specifications available to allow immediate evaluation. The associated North American Industrial Classification System (NAICS) code for this procurement is 335929 with a business size standard of 1,000 employees. In addition to providing pricing for this soliciation, each offeror must provide any required, NON-PRICING responses(e.g. technical proposal, representations and certifications, etc) directly to carl.stevenson@tnmemp.ang.af.mil so that they are received at that email address no later than the closing date and time for this solicitation. The selected offeror must comply with the following commercial item terms and condition. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commerical Items, applies to this acquisition. The following FAR clause in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply;p 52.222-21; 52.222-26; 52.222-35; 52.222-36;52.222-37 ;52.225-13;52.232-34. The full text of a FAR cluse may be accessed electronically at http://farsite.hill.af.mil. The government shall evaluate each item as is specified in the RFQ. All items must be delivered with ninety (90) days after the date of award of contract. Vendors wishing to submit an offer for these items as listed, must be registered with the Central Contractor Registration(CCR). All offers received prior to closing date and time shall be considered. Those received later than the date and time posted in this notice shall not be considered. Delivery will be FOB Destination. Items will be delivered to 164th Airlift Wing, 2815 Democrat Road, Bldg 490, Memphis, TN 38118-1510. NOTES PARTICULAR TO THIS ACQUISITION: Brand name and/or part number information is given as a cross-reference for the benefit of potential offerors; it does not necessarily convey the Government intends to purchase brand name or sole source. However, offerors are welcome to quote or EQUAL products/services; when doing so, you MUST include all specification with the offer(s)in order that your offer(s)may receive fair consideration! Warranty at a minimum shall be the industry standard commercial warranty offered.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=57df58aa289b44b6471cb908db580c08&tab=core&_cview=1)
 
Place of Performance
Address: 164 AW/LGC 2815 Democratic Road, Memphis TN
Zip Code: 38118-1510
 
Record
SN01599971-W 20080626/080624220249-57df58aa289b44b6471cb908db580c08 (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.