SOLICITATION NOTICE
58 -- MISCELLANEOUS COMMUNICATION EQUIPMENT
- Notice Date
- 3/23/2007
- Notice Type
- Solicitation Notice
- NAICS
- 334290
— Other Communications Equipment Manufacturing
- Contracting Office
- Department of Justice, Drug Enforcement Administration, Office of Acquisition Management, None, Washington, DC, 20537, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- DEA-07-R-0009
- Response Due
- 4/26/2007
- Archive Date
- 5/11/2007
- 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. The solicitation number is DEA-07-R-0009 and it is issued as a request for proposal (RF). This is a Total Small Business set-aside. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-15. The NAICS Code is 334290 and the small business size standard is 750 in number of employees. The Drug Enforcement Administration, EL Paso Intelligence Center has a requirement for minimum of one (1) and maximum of ten (10) Wideband Radio Receiver & Direction Finding System over the course of the contract years terms. The DEA intends to award a Fixed-price ID/IQ contract with a period of base year plus four (4) successive option years. The system has to be COMMERCIALLY AVAILABLE not developed. STATEMENT OF WORK REQUIREMENTS: The Contractor shall provide, deliver, install and test one wideband radio receiver system. The Contractor shall be held responsible for providing all parts, materials, labor and transportation related to the provision, delivery, installation and testing of the system except as specifically stated herein. Prior to delivery of the system, the Contractor shall provide the El Paso Intelligence Center (EPIC) with the opportunity to conduct initial acceptance testing, at the Contractor?s facility, of the system to be purchased. For this testing the system shall be fully operational. The cost of travel for EPIC personnel related to this testing will be funded by EPIC. Upon completion of installation and Contractor testing of the equipment, the Contractor shall provide EPIC with the opportunity to conduct final acceptance testing of the system. For this testing the equipment shall be fully operational. The Contractor shall not bill the Drug Enforcement Administration (DEA) for the system until successful final testing is completed. Installation of the equipment will be at the following locations: Remote Site: Wells Fargo Tower, 221 North Kansas St., El Paso, Texas 79901, Primary Operator Work Station: DEA/EPIC, 11339 SSG Sims St., El Paso, Texas 79908; Second Operator Workstation, San Antonio, Texas, Exact location to be determined. A. Scope of Work: (1) Deliverables: (a) One trip to El Paso, Texas by qualified Contractor personnel to conduct site surveys to determine the optimum location for the Contractor?s antenna system; (b) One complete remote site including one wideband radio receiver system, four digital handoff receivers, antenna system, one laptop computer for occasional maintenance use and a lockable equipment rack; (c) Two complete operator work stations. EPIC will provide operator consoles at both operator work station sites; (d) Installation of all Contractor provided equipment; (e) Five copies each of operator manuals, system manuals and installation diagrams; (f) Operator/maintenance training by two trained instructors for five days for ten operators/technicians. The training will be conducted at EPIC at the time of system installation; (g) The Contractor shall provide, at a minimum, a full 12 month warranty on all equipment and installation services. This warranty shall include any necessary travel costs to the contractor to perform repairs. The Contractor shall respond within 15 minutes to a request for technical support and within 48 hours to a request for on site repair during the warranty period; (h) The Contractor shall provide for the shipping of all equipment and be responsible for its safe delivery to the installation sites. (2) System Requirements: (a) The ability to quickly search, monitor and perform direction finding (DF) on the entire VHF/UHF spectrum using a wideband receiver and four digital narrowband handoff receivers with the data sent back to operator work stations located at EPIC and San Antonio, Texas. The link between the remote site and the operator work stations will be made by fractional T1 or high speed internet connection. The link between the remote site and the operator work stations including associated hardware (router, modem, etc.) will be provided by EPIC; (b) The ability to perform AM, Log AM, FM, CW, LSB, USB, ISB and Phase Modulation detection; (c) The system shall be have a minimum of 20 MHz instantaneous bandwidth in DF mode, system DF accuracy of at least two degrees RMS, a built in calibration system to maintain DF accuracy, minimum of 24 hours of digitized voice and DF information recording with date/time tagging, frequency, signal parameters, line of bearing or fix (when additional linked sites are added in the future); (d) Full control of the remote wideband and digital narrowband receivers from the operator workstations; (e) The capability for future expansion to include additional remote sites and operator work stations linked to the original system to obtain fixes; (f) Multiple, simultaneous, full access to a single remote site by different operator work stations. Each operator must be able to access all the wideband data from the remote wideband receiver and simultaneously demodulate signals of interest using multiple digital narrowband handoff receivers; (g) When a signal of interest is detected on the wideband receiver, the operator must be able to listen to and record that signal using a handoff receiver while continuing to search the remainder of the spectrum, using the wideband receiver, for additional signals of interest; (h) The data from the wideband system must be displayed on a graphic user interface (GUI) in such a manner as to enable the operator to readily identify new signals, demodulate the signal and view signal information; (i) The ability to deselect frequencies and/or frequency ranges known to be of no interest so they are no longer displayed on the wideband GUI; (j) The ability to prioritize frequencies of interest so that priority display of signal information to the operator and assignment of that signal to a narrowband handoff receiver for demodulation is automatically performed; (k) The ability to quickly and automatically detect, with a minimum of false hits, perform DF and store DF information on all detectable signals for later analysis; (l) Automatic display of priority signal location on a mapping system; (m) The ability for the operator to define particular signal attributes, such as geographic location of the signal emitter, so that signals matching these attributes will automatically display signal information based on operator selected priorities; (n) The ability to enter frequency tables for scanning; (o) Voice detection with automatic and manual recording; (p) The ability to manually fine tune the handoff receivers; (q) Digital recording, at the operator work station, of selected signals in standard audio file formats; (r) Listen to demodulated signals in real-time while recording the signal; (s) The ability to readily locate and play back an entire recording or a selected part of a recording repeatedly for transcription; (t) The ability to select the DF information to use for a fix in order to refine the accuracy of the fix (for use when additional systems are installed to obtain fixes on targets); (u) Display the DF information on a mapping system along with signal information; (v) The ability for the handoff receivers to solve voice inversion; (w) The ability to solve frequency hopping, trunking and PL tones; (x) Installation of all Contractor provided equipment shall be done in such a manner as to minimize potential damage due to lightning strikes. B. Schedule of Services: (1) Within 15 days of posting this RFP all interested contractors shall conduct a demonstration, at no cost to the government, of their proposed system at EPIC. Contact Richard Marro at 915-760-2282 to schedule a date and time for demonstration before March 30, 2007. Demonstration presentations will occur during a two-week period that is anticipated to begin April 9, 2007 and end April 19, 2007. Any interested contractor who has successfully demonstrated their system to EPIC within the last two years does not need to conduct another demonstration.; (2) Within 120 days of receipt of order the selected contractor shall provide, install, successfully test and provide training on the complete system. C. Instructions for preparing and submitting proposals: The proposal shall be prepared in two parts: (1) Technical Proposal and (2) Price Quote. Each of the parts shall be separate so that evaluation on one may be accomplished independently of evaluation of the other. The offeror shall submit one (1) original and three (3) copies of the technical/price proposal to the mailing address referenced below. The technical proposals shall include, at a minimum, the following: (a) Detail list of contractor provided equipment; (b) Past Performances. (2) Price proposals shall include at a minimum of the following CLINS: 1. Equipment, 2. breakdown by site survey, 3. System installation, 4. Training, 5. Shipping (if not FOB Destination). The price proposal shall include a total for the base plus option years, and overall grand total. D. Basis of Contract Award: (1) Technical Capability of Equipment ? 90%:Ability of the Contractor to provide a complete demonstration of their proposed system, demonstrated ability of the system to meet the requirements in the SOW, and the suitability of the system to EPIC?s mission ; (2) Past Performance ? 10%: past performances of last three (3) similar contractor supplied equipment to DEA or other agencies, Contractor?s past performance related to product support, and the length of time the Contractor has been in business; (3) Price. Contract award will be made to the responsible offeror whose proposal represents the most advantageous to the Government, price and other factors considered, including options. The Government reserves the right to make award without discussions. Therefore, each offer shall contain the offeror?s best terms from a technical and price standpoint. The following FAR Part 12.3 provisions and clauses are applicable to this acquisition. 52.212-1 (Jan.2006) Instruction to Offerors-Commercial Item, 52.212-3 (Mar 2005) Offeror Representations and Certifications ? Commercial Item, 52.212-4 (Sep. 2005) Contract Terms and Conditions-Commercial Items, 52.212-5 (Apr. 2006) Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items. The following clauses are also applicable to this acquisition: 52.217-9 (Mar 2000) Option to Extend the Term of the Contract, 52.232-19 (Apr. 1984) Availability of Funds for the Next Fiscal Year, 52.204-7 (Oct 2003) Central Contractor Registration, 52.232-33 (Oct. 2003) Payment by Electronic Funds Transfer Central Contactor Registration, 52.216-18 (Oct. 1995) Ordering; 52.216-19 (Oct. 1995) Order Limitation, 52.216-21 (Oct. 1995) Requirement, 52.237-3 (Jan 1991) Continuity of Services. Also, the full text of provisions and clauses may be accessed electronically at this/these address(es):http://www.access.gpo.gov, and http://www.arnet.gov/far/. Offers must include their Data Universal Number System (DUNS) and Tax Identification Number in their offers. All communication concerning this announcement must be in writing and received by 11:00 A.M. Eastern Time, no later than 5 calendar days after the publication date of this notice to the contract specialist listed below. All proposals shall be mailed to: The Drug Enforcement Administration, Office of Acquisition Management, Attn: Ghazala Shabnam, 700 Army Navy Drive, Arlington, VA 22202 and received by 3:00 P.M. Eastern Standard Time. The closing date is April 26, 2007.
- Record
- SN01257878-W 20070325/070323220535 (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 |