Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 11, 2014 FBO #4612
SOLICITATION NOTICE

58 -- Radio Over Internet Protocol System Parts for 217 Air Operations Group at Battle Creek ANGB, Michigan

Notice Date
7/9/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423690 — Other Electronic Parts and Equipment Merchant Wholesalers
 
Contracting Office
127 MSC, Contracting Division, 43200 Maple Street, Building 105, Selfridge Air National Guard Base, MI 48045-5213
 
ZIP Code
48045-5213
 
Solicitation Number
W912JB14T8005
 
Response Due
7/22/2014
 
Archive Date
9/7/2014
 
Point of Contact
Daniel Taliaferro, 2699693364
 
E-Mail Address
127 MSC
(daniel.taliaferro@ang.af.mil)
 
Small Business Set-Aside
Total Small Business
 
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. (I)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; proposals are being requested and a written solicitation will not be issued. (II) Solicitation W912JB-14-T-8005 is being issued as a Request for Quotation. (III) This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2005-36. (IV) This acquisition is reserved for a Small Business concerns; however, in the event that no Small Business concerns can meet the requirement the set-aside will be withdrawn and an award will be made to a Large Business. The associated NAICS code for this acquisition is 423690, standard industrial classification 5054, small business size 100 employees. (V)This is a firm fixed price requirements type contract for the following requested materials for a Radio Over Internet Protocol Systems (ROIP) at 217 Air Operations Group, Battle Creek Air National Guard Base. The materials required includes the following 4 line items with all the provided salient characteristics: CLIN 0001: ONE Radio Controller (Enhanced MCSU - 8 Radio) with the following specifications - DSP and Microprocessor Controlled Digital System - Software Defined Functionality - Up to 32 User Positions - 8 Radio Ports - 9 RS-232 Ports for Radio Control/Other - 8 MSE/TRI-TAC/DNVT Ports - 4 E1/T1 Ports Software Configurable - 2 Full Duplex Fiber Optic Links (SONET OC-3 155Mbps) - 10/100/1000 Ethernet Port Industry Standard H.323 and SIP Support Interoperability: Cisco Call Manger, Cisco Call Manger Express, WIN-T - 1 PSTN Port - 1 RS-232 Maintenance Port - No Maintenance or Calibration Required - Integrated Voice and Data Communication Solution - Modular, Digital, Expandable Network up 1024 Simultaneous Communication Assets - Software and configuration files can be updated in the field - Extensive Call, Conferencing, Intercom Features - Emergency (All-Call) Channel - Radio Relay-Cross Banding - Radio Control / Management - PRC-117F, PRC-117G, PRC-150, PRC-148, PRC-148 JEM, PRC-152, PRC-154, PRC-155, PSC-5D, ARC-231, ARC-220, SINCGARS - VoIP CODEC(s) - G.711(ulaw & Alaw), G.726(r16 & r32), G.729(a, ab), MSADPCM, MELP(600, 1200, 2400) - Other CODEC(s) CVSD (16 K & 32 K) CLIN 0002: TWO USB Headset Controllers (Jackbox) with the following specifications: - Interfaces to laptop or client via USB - Supports ANR Headsets - Programmable Headset interface supports a wide range of headsets - ICOM / Radio PTT Switch - Configured using Software - USB interface to Client Headset CLIN 0003: ONE Software Control (Soft CAU Software Control) with the following specifications: - Platform independent Java Application - Windows, Unix, Linux - IP based (IPv4/IPv6), low bandwidth, small footprint - Measured PESQ/MOS scores above 4.0 for superior IP voice quality - Uni-cast Ethernet connection to Controller - Supports analog headsets, USB headsets, Touchscreen Friendly - Control over Ethernet - Java capable environment - Ethernet connectivity to Controller - Windows 2000/XP/7/Vista or Linux CLIN 0004: TWO Cable Assemblies to connect with the following specifications - AN/PRC-117G - 40 quote mark to Radio Controller Quotes should be submitted with pricing according to each individual CLIN. (VI) This solicitation is for a contractor to provide all above requested materials for a Radio Over Internet Protocol (ROIP) system located on Battle Creek Air National Guard Base at 3367 W Dickman Rd, Battle Creek, Michigan 49037. (VII) Delivery Date is 60 Days After Delivery of Contract. (VIII) The following provisions in their latest editions apply to this solicitation: FAR 52.212-1, Instructions to Offerors, Commercial. (IX) The following provisions in their latest editions apply to this solicitation: FAR 52.212-2, Evaluation - Commercial Items. The following factors will be used to evaluate offers: Lowest Price Technically Acceptable. The Government intends to award a contract without discussions with respective offerors. The Government, however, reserves the right to conduct discussions if deemed in the best interest of the Government. (X) Offerors are to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. A copy has been posted at www.fbo.gov and www.nationalguardcontracting.org (XI) The following clauses in their latest editions apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions - Commercial Items. (XII) The following clauses in their latest editions apply to this solicitation: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (DEVIATION). 52.204-7, Central Contractor Registration 52.212-4, Contract Terms and Conditions - Commercial Items 52.219-6, Notice of Total Small Business Set-Aside 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-19, Child Labor - Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.222.41, Service Contract Act 52.222-42, Statement of Equivalent Rates for Federal Hires 52.222-50, Combating Trafficking in Persons 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-1, Buy American Act - Supplies 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 52.247-34, F.O.B. - Destination 52.252-2, Clauses Incorporated by Reference 52.252-6, Authorized Deviations in Clauses DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials. 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.204-7004 Alt A, Central Contractor Registration 252.212-7001 (Deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders 252.232-7003, Electronic Submission of Payment Requests 252.232-7010, Levies on Contract Payments Additional FAR clauses cited within the above clauses, which are applicable, will be incorporated into the solicitation and the resulting contract. (XIII) The following additional provisions are incorporated by reference: 52.214-31, Facsimile Bids 52.219-1 Alt 1, Small Business Program Representations 52.225-2, Buy American Act Certificate (XIV) N/ A. (XV) All information relating to this solicitation, including changes/amendments, questions and answers will be posted on the following website: (www.fbo.gov). Formal communications (such as request for clarifications and/or information) concerning this solicitation must be submitted in writing or via e-mail to the address below. All answers (on a non-attribution basis) will be posted on the acquisition.army.mil web site. They will be contained in the plans section in a document titled quote mark Questions and Answers quote mark. Offerors are requested to submit questions to the E-mail address noted below by no later than 4:00 P.M. EST, 16 July 2014. Terms of the solicitation and specification remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of the solicitation shall apply. Award can only be made to contractors registered in System For Award Management (SAM) at https://www.sam.gov. Awarded vendor must invoice through Wide Area Work Flow (WAWF), an online invoicing system https: //wawf.eb.mil/ after completion of event. The proposal will be due to: 110 MSC Contracting Division, 50 Sabre Avenue, Bldg. 6914, Room 126 Battle Creek ANG Base, Michigan 49037, by 5:00 P.M. EST, 22 July 2014. E-mail quotes will be accepted at daniel.taliaferro@ang.af.mil (XVI) Point of Contact for this solicitation is MSgt Daniel Taliaferro at (269) 969-3364.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA20-2/W912JB14T8005/listing.html)
 
Place of Performance
Address: 110 MSC Contracting Division, 50 Sabre Avenue, Building 6914 Battle Creek ANGB MI
Zip Code: 490375515
 
Record
SN03418430-W 20140711/140710022410-3c2741463b2d8e1a71fd94ca4bd7196c (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.