Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 22,1997 PSA#1892

USASOC, DCOFS Acquistion And Contracting, Bldg. E-2929, Room 114, Fort Bragg, NC 28307-5200

58 -- SECURE AIR CELLULAR FLIGHT TELEPHONE SYSTEM SOL USZA92-97-R-0107 DUE 080897 POC Jane Sutherlin, Contract Specialist, 910/432-2146; Robert T. Cherry, Jr., Contracting Officer, 910/432-2297 The US Army Special Operations Command has a requirement to furnish and install a secure STU-III, type 1 compatible AirCell, Trim Connect 3100D or compatible system in a PA-31T aircraft. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented. This announcement constitutes the only solicitation. Bids are being requested and a written solicitation will not be issued. Request for a solicitation package will be deemed as non responsive to the bid and no action will be taken. USZA92-97-R-0107 is issued as a Request for Proposal (RFP). For determining business size, the Standard Industrial Classification is 3663. To be considered a small business a concern can have a maximum of 750 employees. This procurement is UNRESTRICTED. Contractor shall furnish and install a secure STU-III, type 1 compatible AirCell, Trim Connect 3100D or comparable system in a PA-31T aircraft. Work shall include any certifications required to meet FAA standards for air worthiness to include a FAA Supplemental Type Certification, documentation and drawings. Work shall include all required hardware and or software to provide the capability of secure voice, and data, send and receive on the ground as well as in the air. Aircraft cannot be unserviceable due to the installation for more than five (5) consecutive or total working days. SPECIFICATIONS: A base unit with electronics, antenna, rechargeable battery, and a Smart Card reader, a handset with full alphanumeric keypad, digital display, special menu keys, handset cradle that provides the connection needed for peripherals, such as a fax, external phone or computer, 4.8 kb/s voice, 2.4 kb/s Group 3 fax and 2.4 kb/s Hayes-compatible data call types, integrated electronics in a compact, rugged, water-resistant enclosure, remote antenna input for semi-fixed rural telephony applications, rechargeable lithium-ion battery, smart Card for personal mobility management and security authentication, detachable cradle with separate interfaces for telephone, data and fax, ISDN Supplementary Services support, 1.5 hours talk time, 5 hours standby, user-friendly handset with 4 x 10 alpha numeric backlit LCD display, Multilingual display support, Voice/faxmail notification and call-in-absence indicator, any-key answer, mute and redial, prompts for Personal Identification Number (PIN), telephone number and phone book entry, menu select and cursor keys, volume control key, and user-programmable emergency speed dialing. DIMESIONS/SPECS: 42x243x210mm, Weight: 2.6 kg including battery, 1.5 hours battery talktime, 5 hours battery standby, 12v DC, 90-260v AC, 2400bps STUIII communications, 2400bps group 3 fax, voice mail and fax mail. PROVISIONS: A firm fixed price contract is anticipated. Payment will be made upon completion and acceptance of the installation. The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items applies. The provision at fAR 52.212-2, Evaluation-Commercial Items applies with offers evaluated as to the Best Value to the Government with technical and Past Performance being equal and combined twice as important as price. The provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items and DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items apply. Offerors must furnish a completed copy of FAR 52.212-3 and DAFAR 252.212-7000 with its offer. A copy of these provisions in full test will be furnished upon the receipt of a written request. The clauses at FAR 52.212-4, Contract Terms and Conditions-Commercial Items and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items apply with the following clauses identified as appropriate -- 52.219-8, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225.3, 52.225-9. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement statutes or Executive Orders applicable to Defense Acquisitions of Commercial Items also applies. Proposals are to be delivered to US Army Special Operations Command, ATTN: AOCO, Building E-2929, Room 114, Desert Storm Drive, Fort Bragg, NC 28307-5200 not later than 1400 hours 8 August 1997. Proposals shall be submitted with documentation to allow for evaluation. The documentation shall be adequate to determine compliance with the above specifications. Additionally the proposal shall include sufficient information to determine acceptability of past performance in providing this type equipment and service. Questions or requests for the provisions may be faxed to 910/432-9345. Faxed proposals will NOT be accepted because of the requirement for detailed technical information to allow for evaluation.***** (0199)

Loren Data Corp. http://www.ld.com (SYN# 0400 19970722\58-0005.SOL)


58 - Communication, Detection and Coherent Radiation Equipment Index Page