Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2009 FBO #2812
MODIFICATION

58 -- Digital Video and Imagery Distribution System

Notice Date
8/4/2009
 
Notice Type
Modification/Amendment
 
Contracting Office
Department of the Army, Army Contracting Agency, North Region, MICC DOC - Fort Riley, 1792 12th Street, Fort Riley, KS 66442
 
ZIP Code
66442
 
Solicitation Number
W91BVV92102020
 
Response Due
8/4/2009
 
Archive Date
1/31/2010
 
Point of Contact
Name: Bonny Dylewski, Title: Contingency Contracting Officer, Phone: (785)239-6320, Fax:
 
E-Mail Address
bonny.dylewski@conus.army.mil;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is W91BVV92102020 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-31. The associated North American Industrial Classification System (NAICS) code for this procurement is 334220 with a small business size standard of 750.00 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2009-08-04 18:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Multiple shipping information. The USA ACA Fort Riley requires the following items, Brand Name or Equal, to the following: LI 001, Norsat NewsLink System with 40W SSPA and 2.4 meter Antenna, Part # 3200-40W/2.4m. Includes: ODU with 2.4m segmented antenna, boom/feed/OMT,non-penetrating antenna mount, RF Chain with 40W SSPA and Ku transmitter, transmit reject filter, receive reject and harmonic filters, flex and fixed waveguides, and 1KW outdoor power supply; IDU with MPEG-2/DVB-S encoder/modulator, DVB-S receiver, laptop system controller, software license, power supply, GPS, integrated spectrum analyzer; 10m IFL; Hardigg transit cases with custom foam inserts. Manufacturer's Warranty. Ship/deliver to Fort Riley, KS., 1, SYSTEM; LI 002, Option for Item No. 001: Digital Video Input, Part # 3200-EN-SDI. Adds a D1 SDI (BNC) digital video input with embedded audio to the MPEG-2 encoder. Ship/deliver with System to Fort Riley, KS., 1, EA; LI 003, Option for Item No. 001: Scopus IRD 2981, Part # ScopusIRD2981. Scopus DVB IRD with support for composite Video or SDI Video with embeded audio) additional input, 4 channel analog or AES/EBU audio + case. Ship/deliver with System to Fort Riley, KS., 1, EA; LI 004, Option for Item No. 001: 30m Interconnect Cable, Part # 3200-IFL30. Adds a 30m (100') inter-facility link (IFL) cable. Includes nylon carry bag. Ship/deliver with System to Fort Riley, KS., 1, EA; LI 005, Option for Item No. 001: RF Terminator for 2.4m System, Part # 3200-WR75/2.4m. RF terminator (dummy load). Allows full system testing and operation without radiating to satellite. Attaches to waveguide output on end of feed arm. Ship/deliver with System to Fort Riley, KS., 1, EA; LI 006, Option for Item No. 001: Mobile Data Wireless Display, Part# 3200-MDWD. Mobile, wireless sunlight-readable TFT LCD with touchscreen display for remote access and control of terminal. Comes with AC adapter, battery pack, stylus and carrying case. Ship/deliver with System to Fort Riley, KS., 1, EA; LI 007, Option for Item No. 001: Paradise Datacom Modem Kit, Part # 3200-P310-IDRi. Adds a Paradise Datacom P310 Series Comms Modem with support for ADPCM audio (2x64Kbps) and IP Data. Includes Modem with IDR, router and NewsLink integration kit (L-band combiner/coupler). Ship/deliver with System to Fort Riley, KS., 1, EA; LI 008, Option for Item No. 001: Audio Solution System, Part # 3200-AUDIOSYS. Includes: User interface shelf with integrated mixer. Adapter cable to modem, 50 pin to 4x XLR. 2 x Speaker box assembly. 2 x 25' headphone extension cable. 2 x Speaker extension cable. 2 x Ear bud headphones. Specialized Hardigg case with foam, wheels and handles. Combiner assembly for IFL cable. Laptop w/ firewire IEEE1394 interface, USB2, 512Mb RAM and CDRW, configured with FTP software. Shock case for laptop and integrated. User interface shelves w/foam. Labor and assembly. Ship/deliver with System to Fort Riley, KS., 1, EA; LI 009, On-site Installation at Fort Riley, Kansas for Items No. 001 thru 008., 1, JOB; LI 010, Norsat GlobeTrekker SNG STD with Auto Acquire Capability and40W BUC/SSPA, part # 5200-40W-STD. Complete Norsat ultra-portable, Ku-band satellite terminal solution with auto-acquire capability. 1m 6 piece segmented antenna (FRU-5200-ANT):c/w Ku-band upper(FRU-5200-UBA-KUE), and lower boom arm(FRU-5200-LBA-KU), feed assembly, flexible wave guide(FRU-5200-FWG), and elevation assembly(FRU-5200-EVAE). 40W BUC/SSPA Transmitter (FRU-5200-RFE40): c/w RF Terminator(FRU-5200-WR75), and Global Ku-Band LNB Kit(FRU-5200-LNB)Alignment Aids: GPS antenna, and Compass(FRU-5200-GPS), inclinometer(FRU-5200-INCL),and auto acquire intelligence (FRU-5200-AA1). 3 Axis superstructure (FRU-5200-FROL,FRU-5200-SIDL,FRU-5200-BACL): cw Azimuth (TRU-5200-AZ), and Motor Control Assembly (TRU-5200-MCA). Baseband Chassis: c/w front (TRU-5200-FRON-I, TRU-5200-FRON-P,TRU-5200-FRON-R)and rear interface panel(TRU-5200-BACK-I, TRU-5200-BACK-P, TRU-5200-BACK-R) single board computer (TRU-5200-SBC), spectrum analyzer (TRU-5200-SARx), DVB receiver/MPEG-2 decoder (TRU-5200-MPG2), GPS receiver (TRU-5200-GPS, MPEG-2 encoder/modulator (TRU-5200-MPC2), and upconverter (TRU-5200-UPC). AC/DC Power Supplies: 1 400W DC Power Supply for the baseband unit housed insealed outdoor rated enclosure(5200-PS) c/w cables (FRU-5200-PSCS), and 1 900W DC Power Supply for 40W SSPA/BUC housed in sealed outdoor rated enclosure (5200-PSPA) c/w cables (FRU-5200-PSPACS). Audio Data Chassis (5200-ADU): c/w SCPC modem (5200-MDMP-EXT), data router (TRU-5200-RTER,5200-RTER-EXT), audio mixer ( TRU-5200-AMIX, 5200-AMIX-EXT), AC/DC power supply (5200-PSAD), and L-Band. Cables and adaptors: c/w 10m Interconnect cable (FRU-5200-IFL10), plus all cables, adaptors and accessories (FRU-5200-CARMM5C, FRU-5200-CARFQM,FRU-5200-CAEFQM, FRU-5200-CARFRF, FRU-5200-CARFXM, FRU-5200-CARMM2C, FRU-5200-CARMYEM25, FRU-5200-CAXFM25, FRU-5200-CAQFM25, FRU-5200-CAQMM24RA, FRU-5200-CAAC3US5C, FRU-5200-CAETHP17, FRU-5200-CAAC8US6) interconnect cable set (5200-CAL17). Operating Systems and Control: c/w License for Norsat Link Control (LIC-NLC2.0), Microsoft XP Operating System (LIC-MSFTXF), Norsat Accelerated File Transfer (LIC-AFT1.0), and Rugged Laptop (5200-RLT). Mil Standard Wired Display (5200-MDWD). Storage and Transit Cases: 3 WheelableTransit cases(FRU-5200-TC-BA, FRU-5200-TC-UU, FRU-5200-TC-TD, and 1 heavy duty duffle bag (FRU-5200-TC-CA). Manufacturer's Warranty. Ship/deliver Next Day Delivery to Fort Riley, KS (See Item No. 013)., 1, EA; LI 011, Option for Item No. 010: 30m Interconnect Cable, part # FRU-5200-IFL30. 30m IFL interconnect cable, baseband equipment, and ODU assemblies. Contains two (2) coaxial cables, i) Tx IF; and ii) Rx IF. Contains ODU DC cable and ODU monitor and control cable. Ship/deliver with System Next Day Delivery to Fort Riley, KS (See Item No. 013)., 1, EA; LI 012, Option for Item No. 010. Portable Power Supply, part # HOND-EU2000iC. Honda EU2000iC with four-stroke air cooled engine with Standard Warranty. Ship/deliver with System Next Day Delivery to Fort Riley, KS (See Item No. 013)., 1, EA; LI 013, Next Day Shipping & Delivery to Fort Riley, Kansas after receipt of order (ARO) for Item No. 0010 thru 012., 1, EA; LI 014, 12 Month Elite Support for Item No. 0010 thru 012 to include:24/7/365 phone support for usability and problem resolutionNext business-day email support. Free Field Service Bulletins Free software upgrades. Access to on-site visit by a support engineer. Option to re new after one year., 1, EA; LI 015, 1-Year Extended Warranty for Item No. 0010, with annual option to renew at the same rate., 1, EA; For this solicitation, USA ACA Fort Riley intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. USA ACA Fort Riley is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. Delivery must be made within 21 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 21 - required to make delivery after it receives a purchase order from the buyer. No partial shipments are permitted unless specifically authorized at the time of award. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 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 the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABJ/DABJ41/W91BVV92102020/listing.html)
 
Place of Performance
Address: Multiple shipping information.<br />
Zip Code: Multiple<br />
 
Record
SN01898085-W 20090806/090804235427-af59916dbe68cfa3172c4fa577f1395b (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.