Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2009 FBO #2825
SOLICITATION NOTICE

58 -- Communications Equipment

Notice Date
8/17/2009
 
Notice Type
Presolicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of Justice, Federal Bureau of Investigation, Quantico Contracts Unit, FBI Engineering Research Facility, FBI Academy, Quantico, Virginia, 22135
 
ZIP Code
22135
 
Solicitation Number
RFQE008090
 
Archive Date
9/23/2009
 
Point of Contact
edith, Phone: 2023242922
 
E-Mail Address
edith.young@ic.fbi.gov
(edith.young@ic.fbi.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is under the Simplified Acquisition Procedures (SAP) for Small Business-Small Purchase Set-Aside. The solicitation will be distributed solely through the General Services Administration’s Federal Business Opportunities web site http://fedbizopps.gov/. This site provides downloading instructions. All future information about this acquisition including the solicitation amendments will also be distributed solely through this site. All questions in reference to this requirement shall be submitted via fax or e-mail within five business days after this posting, all responses will be posted on this site. The North American Industry Classification System (NAICS) is 33422 and the Business Size is 750 employees. This will be a Firm Fixed Price; Time and Material, Indefinite Delivery Indefinite Quantity Contract (IDIQ) for the acquisition of the following Brand Name or Equal (DELTA) encoder and decoder items and services. Engineering services will be acquired via Time and Materials Delivery Orders. This is a Request for Quotes—RFQ # E008090 for base and four one year renewal options. This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-36. The manufacturer of this equipment is: Delta Information Systems, Inc., Horsham, PA. This shall be a Firm Fixed-Price contract for the following items and quantities Brand Name or Equal. If providing an “or equal” product the contractor may be required to submit a bid sample for test and evaluation purposes. If bid samples are necessary, contractor will be informed where to send the sample and the date they are due by if bidding an “or equal”. Samples will be returned to the vendor after award is completed. The contractor shall provided the following engineering services for non-recurring engineering (NRE) including but not limited to mechanical, electrical, and SW/FW modifications and updates. Engineering Services 999800102-01. All engineering services will be procured through a Time and Materials Delivery Order. Items required are as follows: Item #1 – Model 6025R and Item #2 – Model 6125H. The minimum quantities of each item required will be twenty (20) units of each item and the estimated maximum for each item will be 350 of each unit over the 60 months life of the contract. The Contractor shall submit a rough estimate of the number of hours required to update the identified equipment. Item #1: MPEG-2/H.264 Video/Audio ENCODER UNIT, Ruggedized (Model 6025R) minimum salient characteristics are as follows: Communication Circuit shall be: T1, CSU/DSU: Data Rate: Up to 1.536 Mbps in 64 kbps increments (to be compatible with decoder); Framing: D4 (SF) or ESF (user selectable); Line Code: AMI or B8ZS (user selectable); Ethernet IP: Format: UDP/IP; Data Rate: 64 kpbs – 6 Mbps; Configuration: DHCP, Selectable Ports, Unicast/Multicast. MPEG-2 Transport Stream shall be: Compliant with ISO/IEC 13818-01 (system); Video Compression shall be: Algorithms – Two (2) User Selectable; ISO/IEC-13818-2 MPEG-2 MP@ML; ISO/IEC-14496-10 H.264 Baseline/Main Profile, Level 3; Modes – I-only, IP, IPB (‘B’ frames in MPEG-2 only); Resolution (user selectable) – D1, 2CIF, CIF; Quality (user selectable) – 4 settings. Audio Compression shall be: Algorithms – ISO/IEC-13818-3 MPEC-1 Audio, Layer 2; Sample Rate – up to 4.8 kHz; Bit Rates: 64.96 or 192 kpbs; Lip synchronized with video; Video Input shall be: RS-170 composite 1.0 Vp-p into 75 Ohms; Audio Input: Stereo pair or two independent signals, each 1.0 Vrms into 10 KOhms balanced; Audio Output (Back Channel): Stereo pair or two independent signals back channel), each 1.0 Vrms into 10 KOhms balanced; User Data (Back Channel) shall be: Levels: RS-232 or RS-422; Formats: 1200 – 115200 bps (user selectable), 5 to 8 data bits, 1 or 2 stop bits, no parity; Control shall be: Local Control: ASCII Messages; Levels: RS-232C; Format: 9600 bps, 8 data bits, 1 stop bit, no parity, no flow control; Remote Control: ASCII Message via the decoder. Power shall have: Input Voltage: +12VDC; Power: 15 watts; Input is not protected so the unit will operate if the power outputs are reversed; Power shall be: +12DVC, 15 watts, Three (3) position terminal block. Environmental: Operating temperature shall be: 0 to 70°C; Storage temperature: -55 to 85°C; Humidity: 95% relative humidity; Altitude: 50,000 feet. Item #2: MPEG-2/H.264 DECODER UNIT, Rackmounted (Model 6125H) minimum salient characteristics are as follows: Communication Circuit shall be: T1, duplex: Data Rate: Up to 1.536 Mbps in 64 kbps increments (to be compatible with decoder); Ethernet IP: Format: UDP/IP; Data Rate: 64 kpbs – 6 Mbps; Configuration: DHCP, Selectable Ports, Unicast/Multicast. MPEG-2 Transport Steam shall be: Compliant with ISO/IEC 13818-01 (system); ISO/IEC-13818-2 (video, MPEG-2 MP@ML); ISN/IEC-11172-3 (audio, MPEG-1, Layer II). Video Output shall be: RS-170 composite 1.0 Vp-p into 75 Ohms; S-Video; Luminence 1.0 Vp-p, Chroma 0.3 V. Audio Output shall be: Stereo pair or two independent signals back channel), each 1.0 Vrms into 10 KOhms balanced. User Data shall be: Levels: RS-232 or RS-422; Data Rates: 1200 – 115200 kbps (user selectable), 5 to 8 data bits, 1 or 2 stop bits, no parity. Connectors shall be: TS Input: For Ethernet Circuit: 8 pin RJ-45; For T-1 Circuit: 8 pin RJ-45; Audio: Output: LEMO 6 pin; Input: LEMO 6 pin. User Data: DB-9S shall have: power shall have: Input Voltage: 90 to 264 Vac; Frequency: 47 to 63 Hz; Power 10 watts. Environmental: Operating temperature shall be: 0 to 70°C; Storage temperature: -55 to 85°C; Humidity: 95% relative humidity; Altitude: 50,000 feet. The above list is intended to be descriptive, but not restrictive. Unless visibly marked that the vendor is quoting an “equal” the offered items shall be considered the brand name product as referenced in this announcement. If offering an “or equal” product, the brand name of the product furnished shall be clearly identified on the quote. The evaluation of quotes and the determination as to equality of the product shall be the responsibility of the Government and shall be based on information provided by the vendors. The Government is not responsible for locating or securing any information which is not identified in the quotation and reasonable to the purchasing activity. To insure that sufficient information is available, the vendor must furnish as part of their quote, all descriptive material necessary for the purchasing activity to determine whether the product meets the salient characteristics of this requirement. Vendors proposing to modify a product to make it conform to the requirements of this announcement, shall include a clear description of the proposed modification and clearly mark any descriptive material to show proposed modification. Warranty period shall be one year after acceptance. Additional warranty shall be estimated on an annual cost based upon five percent of the original equipment cost to calculate maintenance and upgrades. Destination shall be FOB Federal Bureau of Investigation Engineering Research Facility, Building 27958A Quantico, VA 22135. All quotes shall be mailed to the address listed in the announcement no later than 1PM EST, September 8, 2009 and clearly marked with RFQ # E008090. No hand carried quotes will be accepted. Faxed quotes will be accepted and are encouraged at 202-234-1843 and E-mail quotes will be accepted at Edith.Young@ic.fbi.gov. The point of contact for information is Edith Young, Contract Specialist at the address and phone number listed above. All potential bidders are hereby notified due to security requirements, Federal Express, DJL, UP, deliveries for the FBI Headquarters facility are now received at an off-site location; therefore, the normal response time of 15 days has been extended 20 days. The FBI has allowed five (5) extra days from the release of the FedBizOpps synopsis/solicitation for receipt of quotes. Vendors are hereby notified that if your proposal is not receipt by the date/time stated above and the specified location in this announcement, your quote will be considered late. The following clauses and provisions are incorporated by reference and apply to this acquisition. Full text clauses and provisions can be obtained at the following website http://www.acqnet.gov. FAR provision 52.212-1 Instructions to Offerors - Commercial Items (Jun 2008); FAR 52.212-4 Contract Terms and Conditions - Commercial items (Mar 2009). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Aug 2009). The following FAR clauses apply to this requirement and are hereby incorporated by reference: FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006); FAR 52.217-8 Option to Extend Services (Nov 1999); FAR 52.219-8 Utilization of Small Business Concerns (May 2004); FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26 Equal Opportunity (Mar 2007); FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006); FAR 52.222-36 Affirmative Action for Workers With Disabilities (Jun 1998); FAR 52.225-3 Buy American Act -- Free Trade Agreements--Israeli Trade Act (Jun 2009); FAR 52.229-3 Federal, State, and Local Taxes (Apr 2003); FAR 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration (Oct. 2003); FAR 52.243-3 Changes – Time & Materials or Labor Hours (Sep 2000); and FAR 52.246-6 Inspection – Time & Materials or Labor Hours (May 2001). Each offeror shall include a completed copy of the FAR provision 52.212-3 Offeror Representations and Certifications -- Commercial Items (Aug 2009). FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999) is tailored to read as follows: The following factors shall be included to evaluate offers: Technical (technical design, and capability of the items offered to meet the governments need) Past Performance and Price. Past Performance shall consist of, quality of product; customer satisfaction; and adherence to delivery schedule. To verify these past performance requirements each contractor shall provide, at a minimum three (3) names and telephone numbers of customers that have acquired the same or similar products for past performance evaluation. Technical and Past Performance are more important than price. The following provision will also be applicable for the duration of this contract: Continuing Contract Performance During a Pandemic Influenza or other National Emergency. During a Pandemic or other emergency we understand that our contractor workforce will experience the same high levels of absenteeism as our federal employees. Although the Excusable Delays and Termination for Default clauses used in government contracts list epidemics and quarantine restrictions among the reasons to excuse delays in contract performance, we expect our contractors to make a reasonable effort to keep performance at an acceptable level during emergency periods. The Office of Personnel Management (OPM) has provided guidance to federal managers and employees on the kinds of actions to be taken to ensure the continuity of operations during emergency periods. This guidance is also applicable to our contract workforce. Contractors are expected to have reasonable policies in place for continuing work performance, particularly those performing mission critical services, during a pandemic influenza or other emergency situation. The types of actions a federal contractor should reasonably take to help ensure performance are: Encourage employees to get inoculations or follow other preventive measures as advised by the public health service. Contractors should cross-train workers as backup for all positions performing critical services. A) This is particularly important for work such as guard services where telework is not an option; 1) Implement telework to the greatest extent possible in the workgroup so systems are in place to support successful remote work in an emergency; 2) Communicate expectations to all employees regarding their roles and responsibilities in relation to remote work in the event of a pandemic health crisis or other emergency. B) Establish communication processes to notify employees of activation of this plan; 1) Integrate pandemic health crisis response expectations into telework agreements. C) With the employee, assess requirements for working at home (supplies and equipment needed for an extended telework period). Security concerns should be considered in making equipment choices; agencies or contractors may wish to avoid use of employees' personal computers and provide them with PCs or laptops as appropriate; 1) Determine how all employees who may telework will communicate with one another and with management to accomplish work; 2) Practice telework regularly to ensure effectiveness; 3) Make it clear that in emergency situations, employees must perform all duties assigned by management, even if they are outside usual or customary duties; 4) Identify how time and attendance will be maintained. It is the contractor's responsibility to advise the government contracting officer if they anticipate not being able to perform and to work with the Department to fill gaps as necessary. This means direct communication with the contracting officer or in his/her absence, another responsible person in the contracting office via telephone or email messages acknowledging the contractors notification. The incumbent contractor is responsible for assisting the Department in estimating the adverse impacts of nonperformance and to work diligently with the Department to develop a strategy for maintaining the continuity of operations. The Department does reserve the right in such emergency situations to use federal employees. Employees of other agencies, contract support from other existing contractors, or to enter into new contracts for critical support services. Any new contracting efforts would be acquired following the guidance in the Office of federal Procurement Policy issuance "Emergency Acquisitions", May, 2007 and Subpart 18.2. Emergency Acquisition Flexibilities, of the federal Acquisition Regulations. The following Justice Acquisition Regulation (JAR) clauses are applicable to this acquisition and can be obtained in full text at: http://www.usdoj.gov/jmd/pe/jarinet.htm: JAR clause 2852.201-70 Contracting Officer's Technical Representative (COTR) (Jan 1985) shall be supplied after award; and JAR 2852.233-70 Protests Filed Directly with the Department of Justice (Jan 1998); and JAR 2852.211-70 Brand-name or Equal (Jan 1985). The following FAR clauses are also incorporated by reference into this solicitation: 52.217-9 Option to Extend the Term of the Contract (Mar 2000); The CO may extend the terms of the contract within 30 days, preliminary notice within 60 days. The total duration shall no exceed five (5) years; 52.216-18 Ordering (Oct 1995) Orders may be issued from date of award through contract expiration. 52.216.19 Order Limitations (Oct 1995) when the government requires supplies or services covered by this contract in the quantity of one, the government is not obligated to purchase nor is the contractor obligated to furnish those supplies under the contract. The contractor is not obligated to honor (1) any order for a single item in excess of what the purchase order authorizes; (2) a series of order from the same ordering office within 2 days that together call for quantities exceeding the limitation in subparagraph 1 of this section. The contract shall govern the contractor’s and government’s rights and obligations with respect to that order to the same extent as if the order were completed during the contract’s effective period; provided the contractor shall not be required to make any deliveries under this contract after fiver years from date of award; 52.216-22 Indefinite Quantity (1995); 52.219-1 Small Business Program Representations (May 2004); and 52.211-6 Brand Name or Equal (Aug 1999). All responsible offeror may submit a quotation which, if timely received shall be considered by the agency. The Government will award to the offeror whose offer is the most advantageous to the Government based on evaluation factors as previously stated. This is an all or none solicitation. The Government reserves the right to award without discussions. Offerors are to submit provision 52.212-3 Offeror Representations and Certifications -- Commercial Items (Aug 2009) with their proposal. Offers are due by 1PM EST on 8 September 2009 to the address identified above. Proposals shall be submitted on the Standard Form 1449 with one fax copy and one original via mail or e-mail. Hand deliveries are not accepted at any FBI location. This information should be relayed to courier services. Please submit any question, via fax or e-mail within five (5) days of this notice to my attention. It is the responsibility of the offeror to ensure that their proposal is received at or prior to the noted date/time in this announcement. An award will be made within fifteen days after closing.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/FBI/ECU15/RFQE008090/listing.html)
 
Place of Performance
Address: Engineering Research Facility, Building 27958A, Quantico, Virginia, 22135, United States
Zip Code: 22135
 
Record
SN01914769-W 20090819/090818001846-8a819dffda5e66724a44a01ac9be1c64 (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.