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

59 -- Wireless Radios for the US Army Electronic Proving Ground, Fort Huachuca, Arizona 85613

Notice Date
9/23/2008
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of the Army, Army Contracting Agency, South Region, ACA, White Sands Missle Range, ACA, White Sands Missile Range, Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street, White Sands Missile Range, NM 88002-5201
 
ZIP Code
88002-5201
 
Solicitation Number
W9124Q-08-R-CRU1
 
Response Due
9/26/2008
 
Archive Date
11/25/2008
 
Point of Contact
Carmen Simotti, 520-533-8189<br />
 
Small Business Set-Aside
Total Small Business
 
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. The Electronic Proving Ground, Fort Huachuca, Arizona is soliciting proposals for the following requirement: 70 each; Wireless Radios, rugged and portable dual radio wireless transmitter-receiver that forms a mesh network when used in conjunction with the like devices. Supports open-standard IEEE 802.11 b/g protocols to enable high bandwidth data, voice, and video applications. Operates in 2.4GHz and 900MHz ISM bands, line-of-sight, and non-line-of-sight. NEMA 6/IP67 enclosure. Able to scale to at least one hundred of mobile high-bandwidth nodes. Network must adapt quickly to moving network elements. Self-configuring operation. Multiple gateway connections supported through Automatic Tunneling Protocol (ATP) eliminating loops and packet storms. Mesh-to-mesh authentication provides secure networking. An auxiliary software tool to configure, manage, and monitor the radio network. The tool should include the following features: Topology maps show radios and client device connections and parameters, radio and client device channel, frequency, MAC address, IP address, nickname assignment, signal and noise levels, time since last update Channel, link speed of connections manual radio, SSID, DHCP, reach-back, gateway port forwarding, access control, security, and encryption settings. Two external antenna Type-N (f) connectors, DSSS, OFDM RF modulation, and RF Output Power 25 dBm. Receive Sensitivity Approximately: 1Mbps: -97 dBm +/-1dB, 2Mbps: -96 dBm +/-1dB, 11Mbps: -92 dBm +/-1dB, 12Mbps: -91 dBm +/-1dB, 24Mbps: -86 dBm +/-1dB, 48Mbps: -77 dBm +/-1dB, 54Mbps: -74 dBm +/-1dB. Two Ethernet IEEE 802.2, RJ-45 10/100 Mbps interfaces, and Port for firmware upgrades. Provide a Network Access Point, Bridge, Gateway, DHCP, NAT and Port Forwarding. Automatic Protocol Tunneling (APT) that enables multiple gateway support. Security AES-256 on Backbone; Access Control Lists; Compatible with Layer-2 and Layer-3 client/server and peer-to-peer security solutions; WPA, WPA2, AES-CCM and TKIP Encryption, 802.1x, 64/128 bit WEP. Mesh-to-Mesh Authentication and support for SecNet 54 encryption. Meets FIPS 140-2 Security. Input Voltage 12-32 VDC. Power 15.0 Watts @ 24V (Maximum). Status Status LED/Zeroize-defaults button. PHYSICAL: Dimensions (approximately 9 inch x 56 inch x 2 inch), Weight not to exceed 4 lbs. Temperature Storage: ?40 C to 80 C (?40 F to 176 F). Operating: ?40 C to 80 C (?40 F to 176 F). Humidity 95 percent (non-condensing). Certification FCC Class A, IC RS210. Warranty at least 1 Year. 11 MBPS data rates. IP v4 and IPv6 compatible. DC/DC Converter with power conditioning QTY equals 55. Input: 10-36VDC @ 20W. 10 foot Cable N-Type Male/N-Type M QTY equals 110. FOB DESTINATION: Fort Huachuca, Arizona. Payment will be made by Defense Finance and Accounting under provisions of Wide Area Work Flow under Net 30 Terms. Offers are due no later than 12 noon, Mountain Standard Time, Friday, 26 September 2008. Offers shall be submitted electronically at: carmen.simotti@us.army.mil. FAR 52.212-2, Evaluation of Commercial Items. Award will be made based on the low price/technically acceptable offer. The result of the award will be posted in Fedbizopps(http://www.fbo.gov/) under Award Notices. Questions pertaining to the Award Notice must be submitted in writing. For additional information, contact Carmen Simotti at (520) 533-8189 or carmen.simotti@us.army.mil. The synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-2007, effective 17 September 2008. This is a total small business set-aside. The NAICS code is 334220. The solicitation is issued as a request for proposal (RFP) and will be awarded as a firm-fixed-price. All prospective offerors must be actively registered in the Central Contractor Registration. Offerors may register online at htps://www.bpn.gov/CCR/scripts/index.html. All Electronic and Information Technology will be Section 508 of the Rehabilitation Act of 1973 compliant. The following FAR provision 52.212-1, Instruction to Offerors Commercial items, applies to the acquisition. FAR provision 52.212-2, Evaluation of Commercial Items, applies to the acquisition. Offerors shall include a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications Commercial Items or ORCA, and furnish Offeror's Tax Identification Number, CAGE Code, DUNS Number, and applicable FSC Codes with its offer. FAR clauses 52.212-4, Contract Terms and Conditions Commercial Items and 52.212-5, Contract Terms and Conditions Required Implementing Statutes or Executive Orders Commercial Items apply to this acquisition. FAR clause 52.219-8, Utilization of Small Business Concerns apply. DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions or Commercial Items (Mar 2008). The government reserves the right to select for award, all, some, or none of the proposals received in response to this announcement.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=4a21d3470870e2651337b7ced0f27b72&tab=core&_cview=1)
 
Place of Performance
Address: Mission and Installation Contracting Command, E&IO, Attn: SFCA-WS, Electronic Proving Ground, Directorate of Contracting, Bldg 55350, 2000 Arizona Street Fort Huachuca AZ<br />
Zip Code: 85613-7063<br />
 
Record
SN01678831-W 20080925/080923220038-4a21d3470870e2651337b7ced0f27b72 (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.