Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 25, 2008 FBO #2495
SOLICITATION NOTICE

58 -- Rescue Communications Equipment

Notice Date
9/23/2008
 
Notice Type
Modification/Amendment
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 355 CONS, 3180 S Craycroft Rd, Davis Monthan AFB, Arizona, 85707-3522
 
ZIP Code
85707-3522
 
Solicitation Number
FA4877-08-R-0043
 
Response Due
9/25/2008 12:00:00 PM
 
Archive Date
10/10/2008
 
Point of Contact
Nonya P Trower,, Phone: 520-228-2216, Henry H Shen,, Phone: 520-228-3872
 
E-Mail Address
nonya.trower@dm.af.mil, henry.shen@dm.af.mil
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
This is a solicitation notice for commercial items prepared in accordance with the format in Subpart 12.603, 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. If there is an after hour point of contact, please include in quote. (II) Solicitation FA4877-08-R-0043 is being issued as a request for quote (RFQ). Submit written offers; oral offers will not be accepted. (III) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26, effective 12 June 2008, and DFARS Change Notice 20080812. (IV) All firms or individuals responding must be registered with the Central Contractor Registration (CCR). This procurement is being issued as 100% set-aside for service disabled veteran owned small business. North American Industrial Classification Standard (NAICS) 334111, Size Standard 1000 employees, applies to this procurement. (V) Item Description: The contractor shall provide all communications equipment for the 563OSS. (VI) The contractor is to provide an integrated system which incorporates all the following components as detailed in the below description. The recommended manufacturer's part numbers have been provided. An equal suitable substitute may be proposed, however the items being substituted shall be identified and specification documentation shall be enclosed with the proposal. 1. 3 x Radio Transportable System a. Self-contained system of case, radios, AC/DC convertor, uninterruptible power supply i. 2 x Radios - [Harris PRC-117(G)]; requires the ability to do High Performance Waveform (HPW) and data (BGAN) ii. Power converter - Can plug into existing power or generator (85-265VAC, 47-440Hz), and maintain UPS iii. Uninterruptible Power Supply - Will operate for up to hour at full power iv. Case [Pelican 1650]- Ruggedized with rollers; transportable via commercial means; must not weigh more than 125 pounds (two-person carry) 2. 4 x Handheld Radios with case a. Ruggedized case to carry all radios b. [Harris AN/PRC-152] i. HPW capable ii. APCO-25 civilian frequency band 3. Antennas a. 4 x VHF/UHF - Line of Sight (LOS) with case [Chelton GD1813] b. 2 x Collapsible antenna mast with carry bag c. 3 x Satellite Communications (SATCOM) - Directional high-gain antenna with case [Trivec Avant AV2011] d. 2 x BGAN Quickhalt Antenna 4. 2 x BGAN Terminal with base-station antenna [Hughes 9201] 5. NIPRNET Wireless Capability a. 2 x Router 6. SIPRNET Wireless Capability [Harris SecNet 11] a. 2 x Router b. 8 x Secure Wireless cards c. US Type I comsec capable 7. NIPRNET Transportable Case(s) a. Desire each transportable case must be no more than 150 pounds and two-person transportable with network equipment. If offeror believes weight limitation unreasonable, they may propose alternate solution, but must be fully detailed in proposal. b. Case [Pelican]- Ruggedized with rollers; transportable via commercial means c. Power converter - Can plug into existing power or generator (85-265VAC, 47-440Hz), and maintain UPS d. Uninterruptible Power Supply - Will operate for up to 15 minutes at full power e. Support 25-40 users f. Provide MS Exchange services [HP Proliant DL300] g. Managed-router capable h. Contain applications/file server with scalable data storage (min 10TB) i. Domain controller, DNS, WINS [HP Proliant DL120G5] j. Preconfigured and tested/integrated k. Case Components/misc. cables 8. SIPRNET Transportable Case(s) a. Desire each transportable case must be no more than 150 pounds and two-person transportable with network equipment. If offeror believes weight limitation unreasonable, they may propose alternate solution, but must be fully detailed in proposal. b. Case - Ruggedized with rollers; transportable via commercial means c. Power converter - Can plug into existing power or generator (85-265VAC, 47-440Hz), and maintain UPS d. Uninterruptible Power Supply - Will operate for up to 15 minutes at full power e. Support 12-24 users f. Provide MS Exchange services [HP Proliant DL300] g. Managed-router capable h. Contain applications/file server with scalable data storage (min 10TB) i. Domain controller, DNS, WINS [HP Proliant DL120G5] j. Preconfigured and tested/integrated k. Case Components/misc. cables 9. 2 x Printer Transportable Case a. Color duplexing with wireless capability [HP OfficeJet 6480] 10. 3 x Projector w/case a. Wireless Capable 11. 3 x Display screens 60" x 60" a. Collapsible with integrated stand (VII) Place of Performance: Davis-Monthan AFB. (VIII) 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. (IX) 52.212-2, Evaluation - Commercial Items applies, offerors will be evaluated on price and capability. (X) The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, and the offeror must include a completed copy of this provision with their proposal. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items and any addenda the clause applies to this acquisition. (XII) FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items; 52.232-33, Payment by Electronic Funds Transfer- Central Contractor Registration. (XIII) N/A (XIV) N/A (XV) Quotes are required to be received no later than 12:00 PST, Thursday, September 25, 2008 to 355th Contracting Squadron 3180 S. Craycroft Rd. Davis-Monthan AFB Tucson, AZ 85707 (XVI) Submit quotes and questions to SSgt Nonya Trower at: Fax 520-228-5284 or nonya.trower@dm.af.mil. Or 1Lt Henry Shen at henry.shen@dm.af.mil
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=fcbd6bb17c9805227c76dbeaaff5f414&tab=core&_cview=1)
 
Place of Performance
Address: Davis-Monthan AFB, Tucson, Arizona, 85707, United States
Zip Code: 85707
 
Record
SN01678685-W 20080925/080923215745-fcbd6bb17c9805227c76dbeaaff5f414 (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.