SOLICITATION NOTICE
63 -- 1 ea. Control Panel and 2 ea. Transponders
- Notice Date
- 12/22/2005
- Notice Type
- Solicitation Notice
- NAICS
- 423690
— Other Electronic Parts and Equipment Merchant Wholesalers
- Contracting Office
- ACA, Fort Richardson, Regional Contracting Office, Alaska, ATTN: SFCA-PRA-A, PO Box 5-525, BLDG 600 2nd FL, Fort Richardson, AK 99505-0525
- ZIP Code
- 99505-0525
- Solicitation Number
- W912CZ-06-T-0007
- Response Due
- 1/3/2006
- Archive Date
- 3/4/2006
- 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. (ii) This Combined Synopsis/Solicitation is issued as a request for quotation (RFQ) W912CZ-06-T-0007. (iii) This Combined Synopsis/Solicitation and the provisions and clauses incorporated are those in effect through Federal Acquisition Circular (FAC) 2001-15. (iv) This acquisition is a Small Business Set-aside, Size standards 500 Employees. The applicable NAICS is 423690. (v) The items requested are as follows: Item Number 1 1 ea, Control Panel Must meet the specifications below. Item Number 2 2 ea, Transponders Must meet the specifications below. Item Number 3 All manuals pertaining to the above. " Communication must be via leased line AND via 800MHz radio for backup " Proposal must include 1 Control Panel and 2 Transponders " Must serve as a backup CAD to the Primary CAD system " Must be able to switch between Day and Night modes " Each transponder must have the following: o 4 DPDT relays capable of switching 240 VAC at up to 10 amps to control electrical equipment, i.e., house lights, exhaust blowers, bay doors, turning off ovens, etc. o Must be able to make announcements over the PA at night and must be offline during the day. Control Panel specifications: Indicators One red and one green LED indicator for each switch. Switch indicators display vehicle and station status. Printer/CAD Port Serial (Rs-232) port allows interfacing to a CAD system (9600 baud) or a logging printer Configuration Button functionality and number of stations factory programmable to customer specifications Address set by DIP switches (field) Other functions set by jumpers (field) Data Signaling Shall include automatic acknowledgement of each transmission and automatic retries after time-out Receiver Interface 10K or 600 Ohm balanced, DC blocking audio, -40dBm sensitivity, COR input or internal VOX detection Transmitter Interface 600 Ohm balanced audio output at -45 to dBm Power Requirements 12 to 14 VDC, 3.5 A maximum current requirements, .75 A typical, 120 VAC power supply optional Communications Circuit Specifications: Communications Media VHF/UHF/800 MHz/ 900 MHz radios Leased telephone lines Transponder specifications: Controls Eight push-buttons; two for each vehicle to change and acknowledge vehicle status Indicators Light emitting diodes to indicate transmit and PA activity External Inputs Four opto-isolated inputs for status monitoring. Inputs may be configured to detect contact closure or voltage level Control Relays Four undedicated, independently controlled DPDT relays Data Signaling Shall include automatic acknowledgment of each transmission and automatic retries after time-out Receiver Interface 10K ohm or 600 ohm balanced, DC blocking audio input, -40 dBm sensitivity, COR input or internal VOX detection Transmitter Interface 600 ohm balanced audio output at -45 to 0 dBm. DPDT audio switching relay, DPDT PT relay Power requirements 120 VAC (+/- 10%), 50/60Hz power supply included. Unit may also be powered by external 12 to 15 VDC (unregulated) power supply, 1.5A maximum current Handset/Hookswitch Supports half-duplex use of communications channel for talk-back from station to dispatch center. Support local PA announcements The provision at 52.212-1, Instructions to Offerors, Commercial, applies to this acquisition, along with the following addenda. (ix) Offers will be evaluated using the following evaluation factors, technically acceptable, price and delivery time. The con tract will be awarded to the offeror that provides the best value to the government. (x) All offers must inc lude a completed copy of the provision at 52.212-3, Offeror Representations and Certifications, Commercial Items (Alt I) (xi) The clause at 52.212-4, Contract terms and Conditions Commercial Items applies to this acquisition along with the following adde nda: 52.219-1, Small Business Program Representations (Apr 2002). All offers must include a completed copy of this provision. 252.204-7004. Required Central Contractor Registration (Nov 2001), 252.212-7001, Contract Terms and Conditions. Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (May 2002), the following additional clause(s) cited in this clause are also applicable: 252.225-7001, Buy American Act and Balance of Payments Program (Mar 1998) (41 U.S.C. 10a-10d, E.O. 10582). 252.225-7002 Qualifying Country sources as Subcontractors (Dec 1991) (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items applies to this acquis ition. The following additional clauses cited in this clause are also applicable: 52.222-21, Prohibition of segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (E.O. 11246) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other eligible Veterans (38 U.S.C. 4212) 52.222-36, Affirmative Action for workers with Disabilities (29 U.S.C. 793) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (38 U.S.C. 4212) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (E.O. 13126). 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129). 52.232-33, Payment by Electronic Funds Transfer-Cent ral Contractor Registration (31 U.S.C. 3332). 52.225-3 Buy American Act-north Free Trade Agreement Supplies, 252.247-7023, Transportation by Sea and Air (xiii) the full text of clauses and provisions can be accessed at the following web address: http://ar net.army.mil/FAR. All offers are due no later than 12:00 PM, Alaska Time, 03 Jan 06. (xvii) For further information contact Tony Maes via facsimile (907) 353-7302, or email: tony.maes@wainwright.army.mil.
- Place of Performance
- Address: ACA, Fort Wainwright Regional Contracting Office, Alaska, ATTN: SFCA-PRA-AC, PO Box 35510, BLDG 3030 Fort Wainwright AK
- Zip Code: 99703-0510
- Country: US
- Zip Code: 99703-0510
- Record
- SN00956995-W 20051224/051222212258 (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 |