Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 25, 2011 FBO #3592
SOLICITATION NOTICE

58 -- Non-Tactical Emergency Tunnel Radios

Notice Date
9/23/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
MICC Center - Fort Knox, Directorate of Contracting, Building 1109B, Fort Knox, KY 40121-5000
 
ZIP Code
40121-5000
 
Solicitation Number
W9124D-11-SSTG1
 
Response Due
9/27/2011
 
Archive Date
11/26/2011
 
Point of Contact
Anthony Gibbs, 502-624-6768
 
E-Mail Address
MICC Center - Fort Knox
(tony.gibbs@conus.army.mil)
 
Small Business Set-Aside
N/A
 
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 reference number for this procurement is W9124D-11-SSTG1 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53 & DFARS DPN 20110920. This solicitation is unrestricted under NAICS code 334220 with a size standard of 750 employees. This is a firm fixed price procurement and will be procured using commercial item procedures. The Government requires the following items, with delivery to Fort Knox, KY (FOB Destination), within 90 days after contract award: ITEM 0001: TrellisWare Technologies, Inc. CheetahNet Evaluation Kit, Model Number TW-200 EVK-10 (Brand Name or Equal in accordance with FAR 52.211-6), QTY: 1 System must meet the following Salient Characteristics: (1) Kit (system) shall consist of a minimum of 10 hand-held non-tactical radios that function as wireless networking units; (2) Units shall be secure mobile ad hoc networking capable, with ability to link multiple units in a single network; (3) System shall be capable of establishing network communications BETWEEN SURFACE AND UNDERGROUND TUNNEL SYSTEM exceeding 3000 total feet with potential for future expansion; (4) Waveform shall be capable of supporting up to 8 relays/hops from source to destination; (5) System shall be capable of operating with no fixed infrastructure; (6) Individual units shall have multiple push-to-talk voice channels and a dedicated IP data channel; (7) System shall be capable of forming a self-configuring and self-healing network; (8) Individual units shall have Ethernet, USB, and Bluetooth data interfaces; (9) System shall be capable of providing unmanned ground vehicle robotics communications; (10) System shall be capable of a maximum data rate of 1 Mbps; (11) Individual units shall be capable of withstanding HARSH ENVIRONMENTAL CONDITIONS and meet MIL-STD-810F; (12) Individual units shall be compatible with MBITR or equivalent battery; (13) Individual units shall have minimum battery life of 14 hours; (14) System shall include all antennas required for operations involving push to talk voice, data, video, and position location information transmission; and (15) System shall include all software and hardware required for user customization of unit parameters and development of unique network applications. In addition, the contractor shall provide: (16) Minimum half-day training class at contractor's facility for up to four people, provided at time of delivery; (17) Software/firmware update support for twelve months; and (18) Minimum one hundred hours of phone and technical support that can be used anytime within first six months after delivery. The required application for this equipment is to provide a mobile network capable of transmitting secure push-to-talk voice, IP data, IP streaming video, and position location information in the event of an underground emergency or rescue situation. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Quote MUST be good for 30 calendar days after close. 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 90 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 90 - required to make delivery after it receives a purchase order from the buyer. The selected offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.211-6, Brand Name or Equal; 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): 52.204-10, 52.219-28, 52.222.3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-33; DFAR 252.204-7004 Alt A, Central Contractor Registration Alternate A; 252.211-7003, Item Identification and Valuation; and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, and the following clauses in paragraph (b), 252.225-7001, 252.232-7003, and 252.247-7023, Alt. III. The full text of the referenced FAR and DFARS clauses may be accessed electronically at http://farsite.hill.af.mil/. TIME AND DATE FOR RECEIPT OF QUOTES IS 1:00 P.M., FORT KNOX LOCAL TIME (EST), ON 27 SEPTEMBER 2011. NOTE: QUOTES MAY BE SUBMITTED USING THE FOLLOWING METHODS: 1. Mail to MICC CENTER FORT KNOX, ATTN: CCMI-RCK, Bldg 1109B, Ste 250, 199 6th Ave, Fort Knox, KY 40121-5720. OR 2. E-mail to tony.gibbs@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0dc30ef5bae9751539169a10a2a1ec16)
 
Place of Performance
Address: MICC Center - Fort Knox Directorate of Contracting, Building 1109B Fort Knox KY
Zip Code: 40121-5000
 
Record
SN02590594-W 20110925/110924000052-0dc30ef5bae9751539169a10a2a1ec16 (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.