Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 10, 2009 FBO #2753
SOLICITATION NOTICE

58 -- Telex Model Nexus IP 100 Dispatch Console systems

Notice Date
6/8/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC San Diego Seal Beach Detachment, N00244 FISC SAN DIEGO SEAL BEACH DETACHMENT 800 Seal Beach Blvd. Bldg 239 Seal Beach, CA
 
ZIP Code
00000
 
Solicitation Number
N0024409T0452
 
Response Due
6/22/2009
 
Archive Date
7/7/2009
 
Point of Contact
Michael Kutner 562-626-7074<br />
 
E-Mail Address
click here to contact the contracting officer via e-mail
(michael.kutner@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items 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. This combined synopsis/solicitation shall be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00244-09-T-0452. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-32 and DFARS Change Notice 20090115. 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.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/inde! x.htm. The NAICS code is 334290 and the Small Business Standard is 750 employees. The proposed contract action is for commercial supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.501(a)(1)(ii). Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all bids, proposals, or quotations received by the closing response date will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The acquisition is for the attached listing of six (6) Telex Model Nexus IP 100 Dispatch Console systems, a related Model NR-100HD Telex Network Recorder, and other related accessories and components manufactured by Telex Radio Dispatch & Signaling Equipment, Lincoln, NE. The equipment is for use at the Marine Corps Air Station (MCAS) Cherry Point, NC. The proposed procurement is necessary in order to upgrade the existing communications system that currently exists at MCAS Cherry Point, NC. MCAS Cherry Point currently utilizes a DENRO Model 466 audio switch as a primary communications switch. They currently operate with three Telex IP 1616s and a Telex C6200, IP based radio dispatch consoles. The base has a new requirement to connect the existing switch with a Radio-Over-IP (ROIP) Telex Nexus IP console position. As part of the communications upgrade, six Telex Nexus IP Dispatch Console systems, one Telex Network Recorder, 17 IP-223s, and related accessories are requ! ired. The existing Telex IP 1616 and C6200 use Telex proprietary technology in their IP-223 Remote Ethernet Panel to encode and decode radio communications into IP. In upgrading the current communications system, no other equipment has been identified that can provide the required functionality, compatibility and interoperability with the existing Telex equipment. The Telex Nexus IP dispatch console uses Telex proprietary C-soft software. C-Soft uses proprietary Radio-over-IP (ROIP) communications between radios via distributed technology that does not require a server/IP gateway. C-soft provides flexibility and scalability. It comes in configuration from 2 to 200 lines. The graphical user interface is completely customizable. The functionality and interoperability is only provided for that Telex equipment. The Telex Network Recorder monitors and records the radio network for audio packets and records in a proprietary raw PCM audio format. The functionality and inte! roperability is only provided for that Telex equipment. The Telex IP-223 Remote Ethernet Panel uses Telex proprietary technology to encode and decode radio to IP. The functionality and interoperability is only provided for that of Telex equipment. Telex Accessories include Telex's telephone dispatch interface, headset adapter, dispatch headset, footswitch, and desk microphone. The connectors and adaptors of this equipment are proprietary to Telex. The functionality and interoperability is only provided for that of Telex equipment. Anticipate FFP. Anticipated award date is on or about 06 July 2009. Delivery is required 6 weeks ARO or better. FOB destination. Place of delivery at NSWC, Norco, CA 92860. Justification and authority is FAR 6.302-1. (See attached Justification and Authority.) All prospective offerors are cautioned that in the event the Government is unable to determine price reasonableness based on the offers received and market analysis, the Government will not issue a contract. This decision is solely the decision and the right of the Government. All efforts performed and all cost expended by prospective offerors in providing information requested by the solicitation are not subject to reimbursement by the Government. 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; 52.247-34, 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): 52.222-19, 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, 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; 52.232-33, 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; 252.247-7023, Transportation of Supplies by Sea; 252.247-7024, Notification of Transportation of Supplies by Sea. Quoters must be registered in the CCR database to be considered for award. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or on the internet. Registration is free and can be completed on-line at http://www.ccr.gov/. Quoters should also complete thei! r Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. The Government intends to make a single award to the responsible Offeror whose offer is the most advantageous to the Government considering price and price related factors. Provision 52.212-2, Evaluation Commercial Items, applies with paragraph (a) completed as follows: Award will be made to the Offeror that meets the solicitation's minimum criteria for technical acceptability at the lowest price, past performance considered. Please also complete and return the attached "OFFEROR'S PAST PERFORMANCE DATA" form. To be determined technically acceptable the Offeror must furnish product literature that demonstrates the products offered meet all requirements stated in the above purchase descriptions. All responsible Offerors are to submit current pricing, delivery time, payment terms, cage code, Dunn and Bradstreet number, Tax Identification Number and all applicable specifications regarding this solicitation. Provide copies of applicable commercially publish! ed price lists pertaining to your company's products that meet the specifications, along with applicable government discounts. Quotes must be received no later than 3:00 Local Time, June 22, 2009. Fax proposal to 562-626-7877 or Email: michael.kutner@navy.mil. No questions or requests for clarification accepted after 3:00 PM PT on 06/17/09. Quotes submitted as an attachment to an email should be sent in Word Version 6.0 or higher. Do not mail. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/280/N0024409T0452/listing.html)
 
Record
SN01838441-W 20090610/090608234624-0fece037cb214fac3dbca70e4a1c8110 (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.