Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 15, 2010 FBO #3064
SOLICITATION NOTICE

69 -- Telestra 4 Communications System

Notice Date
4/13/2010
 
Notice Type
Presolicitation
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Training Systems Division, 12350 Research Parkway, Code 253, Orlando, Florida, 32826-3224
 
ZIP Code
32826-3224
 
Solicitation Number
1300152566
 
Point of Contact
Eric Pfefferkorn, Phone: 407-380-4565
 
E-Mail Address
eric.pfefferkorn@navy.mil
(eric.pfefferkorn@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Naval Air Warfare Center Training Systems Division (NAWCTSD) Program Directorate for Cross Warfare Support Branch has been tasked to procure a Telestra 4 Communications System, Security Software Package, Audio Peripheral Hardware and Technical Support. NAWCTSD Procuring Contracting Officer intends to solicit and negotiate with multiple sources pursuant to the authority of FAR 11.104(b) (Brand name or equal ). Should no other sources be identified, the Procuring Contracting Officer will solicit and negotiate on a Sole Source basis with Advanced Simulation Technology, Inc pursuant to the authority of FAR 6.302-1 (Only one responsible source and no other supplies or services will satisfy agency requirements). The components must include salient characteristics as specified below. Interested parties asserting that they can quote and deliver the required items shall notify the specified point of contact prior to the closing date of this synopsis. This procurement will be made using Simplified Acquisition Procedures as described in FAR Part 13. In the case that multiple offers are possible, award will be made considering technical suitability, price, and delivery schedule. Solicitation 130015266 is issued as a request for quote (RFQ) and incorporates the provisions and clauses in effect through Federal Acquisition Circular 2005-38. This solicitation is 100% set-aside for small business. The North American Industry Classification System (NAICS) code for this solicitation is 334290 with a size standard of 750 employees. CLIN 0001: Quantity -1 Telestra 4 Communications System or equal, consisting of the following capabilities: • Quad-core Standard, P/N TL-AT or Equal • Software Functionality consisting of the following: • Intercom Capabilities  Voice switching for intercom between trainees and instructors  Point-to-point and party line/communication bus structures  Networked intercom communications  Voice warning and warning tone simulation  Bus and warning tone priority capabilities  Communication control panel simulation  Selectable full or half duplex operation  Sidetone generation and control  Press-to-Talk, Vox, Hot/Cold Mic, and volume control  Priority bus assignment and control • Radio Modeling for Receiver and Transmitter  Correct reception of tones and voice based on tuned frequency  Transmission/Reception and station fade based on distance and signal strength  AM/FM transmission and band interference  Diffraction effects  Specific radio type modeling HF, UHF, VHF  Crypto and Hopset system modeling  Tones or noises heard for encrypted radios (preamble, postamble, mis-match)  Antennae gain based on frequency  Standard or user definable background noise characteristics  Lightning and background noise effects  Communications jamming  Voice messages for simulation of ATIS, GCA/CCA, ground stations background radio chatter  Line-of-sight and over-the-horizon simulation  Squelch, AGC, tuning tones  World Positioning of radios (geocentric, geodetic)  Sidetone Generation and Control  Press-to-Talk, Hot/Cold Mic, volume control  Communication control panel simulation  Proper Half-Duplex operation  Separate transmit and receive frequencies within the same radio component  Interface with a terrain server for enhanced propagation modeling  Passing of data messages between radio objects • Graphical user Interface for Control Functions  Modeling of vehicle radio, receiver, and communications bus routing, switching, and mixing.  Simulation of switch states  Volume settings  None or limited logic manipulation by the host computer  User defined local configuration, microphone audio  Mixed and routing based on switch and volume state information • Navigation Aid Modeling  Morse code keying of navigation tones from ASCII identification strings  TACAN, VOR, ILS, ADF, BFO, DME, and Marker Beacon simulation  Correct reception of tones based on tuned frequency  Station fade with distance or transmitter signal strength  Lightning and background noise effects  Jamming  Line of sight and over-the-horizon simulation  Squelch and AGC simulation  UHF/HF and AM/FM transmission  Transmission/reception based on signal strength • Record and Playback  Single and multiple voice channel record/playback  Demonstration voice overlay  Last "n" minutes continuous record and playback  Selectable mission recording and playback for debrief  Flexible selection of recorded sounds/voice traffic  Multiple independent record and playback channels  Selectable compression algorithms • Audio Cue Functionality  Jet/Turbine engine simulation  Intake and exhaust sounds  Helicopter main and tail rotor sound simulation  Propeller sound simulation  User configurable parameters such as blade length, blade number, and blade hiss characteristics  High-level parameter driven interface such as N1, N2, RPM, and blade angle • High Level Architecture (HLA) • DMSO's High Level Architecture standard. • Multiple RTI support • Published Radio SOM • FOM capabilities CLIN 0002: T-4 Security Software package P/N SEC-TEL-04 or equal consisting of the following features: • Red Hat® Enterprise Linux® version 5.x or Other NIAP Approved OS • Minimal OS Footprint • Include only essential OS elements. • User ID and Password Authentication • Ability to assign unique user ID and passwords to individual accounts. • Secure Remote Access o Restricted to essential configuration and management elements required for operation. • SELinuxTM or Equal • Auditing • Minimum Open Network Ports and capability to configure • BIOS Password Protection • Removable Drive CLIN 0003: Additional Hardware: Interconnection capability to interface with 5 stations Quantity 4 -Telestra ACE Unit communications 4 channels, P/N ACU2-04-01 or Equal Quantity 1 -Telestra 8 Port ACEnet Compatible Unmanaged Switch, 19 in rack mount, P/N SRMK-SMC8508T or Equal CLIN 0003: Software Package to provide connectivity and capabilities for the High level Architecture (HLA) -Telestra HLA Software Package P/N ACE-HLA or Equal CLIN 0004: Audio Peripheral Hardware Hardware must support connectivity for 5 stations with capability for communications via intercom or external radio. Additional capability shall include functionality for Stereo and Monaural and connectivity for 3 speakers. This connectivity must interface to the system via bundled cable or Category 5/6 Ethernet cable. *Quantity 3 -Telex medium weight Dual ear cup headset with boom microphone, P/N A-HS-TX-HR-2R or Equal *Quantity 4 - Custom Cable from ACU2 to Y to Stereo headset to footswitch Press To talk (PTT), P/N CA-D15M-Y-X5F-Q2M-15-A or Equal *Quantity 2 Push to Talk Switch-Standard P/N PTT-01-112 or Equal *Quantity 2 Cable Assembly -ACU to PTT switch - 15 feet P/N CA-D15M-X6F-15-B or Equal *Quantity 4 Custom Cable from ACU2 to Y to Stereo headset to footswitch PTT or Equal *Quantity 5 Press To Talk Footswitch P/N FTSW-01 or Equal *Quantity 1 Cable from ACU2 to Y to mono headset and footswitch PTT P/N CA-D15M-Y-X4F-Q2M-10-A *Quantity 4 Custom BNC Cable to ACU2 P/N CA-D15M-BNC-3-A (Note: cable to pass audio from a generation system into the microphone line at an ACU2 which is three feet away) CLIN 0005: Technical Support for 12 Months Standard Technical Support via telephone during normal business working hours to cover technical issues. Quantity 1 Technical Support P/N TSC-30 or Equal Deliverable items shall be insured through final destination by the award recipient. All quantities of units furnished shall be from the same manufacturer and same model number. Evaluation Criteria: The Government expects to award a firm fixed price purchase order resulting from this synopsis to the responsible offeror whose proposal will be the mosts advantageous to the Government. Award will be made to the responsible offeror providing the best value to the Government based upon technical capability, price and delivery terms. Quotes shall include best delivery terms. A single lot delivery of all CLINs is required. Delivery shall be made FOB destination to: Naval Air Warfare Training Systems Division 12350 Research Parkway ATTN: Robb Holmes Orlando, FL 32826 The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this acquisition: 52.213-4, Terms and Conditions-Simplified Acquisition (Other than Commercial Items). 52.211-6 Brand Name or Equal (AUG 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristics specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered in an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) The following NAVAIR clauses apply to this acquisition: 5252.204-9504 DISCLOSURE OF CONTRACT INFORMATION (JAN 2007) Vendors shall provide Representations and Certifications. If vendors are registered in ORCA, vendors ahll submit supplemental information not provided in ORCA. The full text of the FAR and DFARS can be accessed on the internet at http://farsite.hill.af.mil. Vendors must be registered in the Central Contractor Registration (CCR), http://www.ccr.gov/. Quotes are due at 1:00PM EST on 27 April 2010. Quotes must be in writing and may be faxed, electronically via e-mail or mailed to: Naval Air Warfare Center Training Systems Division, Orlando, FL, 12350 Research Parkway, Orlando, FL 32826, ATTN: Eric Pfefferkorn, fax: (407) 380-4164, Telephone: (407) 380-4565, E-mail: Eric.Pfefferkorn@navy.mil Vendors submitting their proposals via email are cautioned that files over 10MB and.zip files may be rejected by the Navy's server. To ensure quotes are received in a timely fasion, vendors are highly encouraged to use multiple delivery methods. Please confirm receipt prior to closing date and time. For information or questions concerning this solicitation, contact Eric Pfefferkorn, at (407) 380-4565, or via email at the above referenced email address.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N61339/1300152566/listing.html)
 
Place of Performance
Address: 12350 Research Parkway, Orlando, Florida, 32826, United States
Zip Code: 32826
 
Record
SN02120537-W 20100415/100413235113-7c1d3bc94615022d1c02005af119acc2 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.