MODIFICATION
58 -- MISCELLANEOUS COMMUNICATION EQUIPMENT
- Notice Date
- 4/25/2007
- Notice Type
- Modification
- 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
- 20537
- Solicitation Number
- DEA-07-R-0009
- Response Due
- 4/26/2007
- Archive Date
- 5/11/2007
- Point of Contact
- Ghazala Shabnam, Contract Specialist, Phone (202) 307-7826, Fax (202) 307-7818,
- E-Mail Address
-
ghazala.x.shabnam@usdoj.gov
- Small Business Set-Aside
- Total Small Business
- Description
- The subject combined synopsis/solicitation is hereby amended as follows: 1. Extend the proposal due date to May 10, 2007. 2. Include the option to purchase either Narrowband or Wideband Radio Receiver & Direction Finding System, and also include the option to purchase either VHF/UHF or HF versions of the systems. 3. Change maximum number of quantities ordered over the course of the contract year terms FROM ten (10) TO Twenty (20) combined total for both VHF/UHF and HF systems. 4. Amend Statement of Work to include: (a) Include the option to purchase current and future vendor software and hardware upgrades for both (VHF/UHF and HF systems) to be added at a later date to the first system purchased and to be included in additional systems which may be purchased during the IDIQ period, (b) Include the option to purchase additional narrowband and wideband receivers, and the supporting software and hardware for both (VHF/UHF and HF systems) to be added at a later date to the first system purchased and to be included in additional systems which may be purchased during the IDIQ period, (c) Include the option to purchase mobile versions of the VHF/UHF systems, (d) Modify ?installation of the equipment will be at the following locations? to read "Installation of the first system 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 Work Station, San Antonio, Texas, exact location to be determined. The location of additional systems is TBD." 5. For HF system the same statement of work applies but with the following changes: (a) installation of the equipment is To Be Determined, however the sites will be both foreign and domestic. 6. Modify A. Scope of Work (1) (a) - One trip to the installation site by qualified Contractor personnel to conduct a site survey to determine the optimum equipment installation; (2) (a) - The ability to quickly search, monitor and perform direction finding (DF) on the entire HF spectrum using a wideband receiver and four digital narrowband handoff receivers. The antenna sites will be at locations remote from the operator work stations. The link between the remote site and the operator work stations will be made by fractional T1, high speed internet connection or satellite link. The contractor shall provide the link between the remote site and the operator work stations including all associated hardware (router, modem, satellite earth station, etc.) with the exception of monthly recurring costs for the fractional T1 service, internet service or satellite service); (2) (b) - Delete for the HF system; (2) (c) - The system shall have a minimum of 20 MHz instantaneous bandwidth in DF mode, 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); (2) (w) - Delete for the HF system; (2) (c) - The system shall have a minimum of 20 MHz instantaneous bandwidth in DF mode, 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). 7. Add the following criterion to the Scope of Work - The HF systems shall perform DF using direction of arrival technology but it is preferred that the systems provide the option to use either direction of arrival or TDOA technology. 8. Modify B. Schedule of Services (1) - Delete for the HF system 9. The contractor shall provide separate pricing for VHF/UHF, and for HF systems, and a separate pricing for narrowband and wideband receivers, in accordance with the attached price proposal table.) 10. Add the following clauses: TECHNOLOGY UPGRADES AND NEW TECHNOLOGY I. It is understood and agreed that from time to time, it may become necessary to substitute an obsolete make and model with a newer version based on changes in technology, components, and industry. The Government must consider these substitutions carefully to determine that they are made within scope of the subject contract. Based on the following proposal requirements the Government may either; reject the substitution, accept the substitution. The Contractor may not unilaterally substitute equipment without first receiving authorization from the Contracting Officer. II. For each item of equipment proposed as new technology, the Contractor shall provide the following documentation and/or certification: A. A description of the difference between the existing contract items and the proposed new technology, and the comparative advantages and/or disadvantages of each. B. Itemized requirements of the contract, which shall be changed if the proposal is adopted, and proposed revision to the contract for each such a change. C. An estimate of the changes in performance, if any, that will result from adoption of the proposal. D. A complete item by item unit price for items comprising the new technology. E. A certification that the item is a) a commercial item, b) sold to the general public, c) sold at and established commercial price, and d) sold in substantial quantities (Note: the Contractor shall provide the established commercial price list(s) for the new item). When certification can not be provided, the Government reserves the right to request cost or pricing data. F. An evaluation by the Contractor or the effects the proposed technology or new item would have on collateral costs to the Government, such as Government furnished property costs, costs of related items, cost of maintenance and operation, and costs of support. III. The Government shall, at its sole discretion, determine the technical acceptability of any equipment change. The Government will not be liable for proposal preparation costs or any delay in acting upon any proposal submitted pursuant to this clause. IV. The Government reserves the right to request other than cost or pricing data pursuant to FAR 15.402 and 15.403(2) in support of prices for new technology items and related services. Except as stated above, all other terms and conditions on the combined synopsis/solicitation DEA-07-R-0009 remains unchanged and are in full force and effect. ____________________________ _________________ Ghazala Shabnam Date Contract Specialist ___________________________ __________________ Sarah R. Bueter Date Contracting Officer BASE PERIOD: July 2, 2007 ? July 1, 2008 CLIN Description of Supplies Estimated Minimum/Maximum Quantity Unit Price Min/Max Estimated Total Price Min/Max 0001 VHF/UHF System 1/10 $ $ 0002 Site Survey for VHF/UHF System Each $ $ 0003 Training for VHF/UHF System Each (if not included) $ $ 0004 Installation for VHF/UHF System 1/10 $ $ 0005 Shipping for VHF/UHF System 1/10 $ $ 0006 Optional Narrowband Receiver for VHF/UHF System 1/20 $ $ 0007 Optional Wideband Receiver for VHF/UHF System 1/20 $ $ 0008 HF System 1/10 $ $ 0009 Site Survey for HF System Each $ $ 0010 Training for HF System Each (If not included) $ $ 0011 Installation for HF System 1/10 $ $ 0012 Shipping for HF System 1/10 $ $ 0013 Optional Narrowband Receiver for HF System 1/20 $ $ 0014 Optional Wideband Receiver for HF System 1/20 $ $ ESTIMATED MINIMUM TOTAL FOR BASE YEAR $ ________ ESTIMATED MAXIMUM TOTAL FOR BASE YEAR $___________ OPTION PERIOD 1: July 2, 2008 ? July 1, 2009 CLIN Description of Supplies Estimated Minimum/Maximum Quantity Unit Price Min/Max Estimated Total Price Min/Max 0001 VHF/UHF System 1/10 $ $ 0002 Site Survey for VHF/UHF System Each $ $ 0003 Training for VHF/UHF System Each (if not included) $ $ 0004 Installation for VHF/UHF System 1/10 $ $ 0005 Shipping for VHF/UHF System 1/10 $ $ 0006 Optional Narrowband Receiver for VHF/UHF System 1/20 $ $ 0007 Optional Wideband Receiver for VHF/UHF System 1/20 $ $ 0008 HF System 1/10 $ $ 0009 Site Survey for HF System Each $ $ 0010 Training for HF System Each (if not included) $ $ 0011 Installation for HF System 1/10 $ $ 0012 Shipping for HF System 1/10 $ $ 0013 Optional Narrowband Receiver for HF System 1/20 $ $ 0014 Optional Wideband Receiver for HF System 1/20 $ $ ESTIMATED MINIMUM TOTAL FOR OPTION YEAR 1 $ ________ ESTIMATED MAXIMUM TOTAL FOR OPTION YEAR 1 $___________ OPTION PERIOD II: July 2, 2009 ? July 1, 2010 CLIN Description of Supplies Estimated Minimum/Maximum Quantity Unit Price Min/Max Estimated Total Price Min/Max 0001 VHF/UHF System 1/10 $ $ 0002 Site Survey for VHF/UHF System Each $ $ 0003 Training for VHF/UHF System Each (if not included) $ $ 0004 Installation for VHF/UHF System 1/10 $ $ 0005 Shipping for VHF/UHF System 1/10 $ $ 0006 Optional Narrowband Receiver for VHF/UHF System 1/20 $ $ 0007 Optional Wideband Receiver for VHF/UHF System 1/20 $ $ 0008 HF System 1/10 $ $ 0009 Site Survey for HF System Each $ $ 0010 Training for HF System Each (if not included) $ $ 0011 Installation for HF System 1/10 $ $ 0012 Shipping for HF System 1/10 $ $ 0013 Optional Narrowband Receiver for HF System 1/20 $ $ 0014 Optional Wideband Receiver for HF System 1/20 $ $ ESTIMATED MINIMUM TOTAL FOR OPTION YEAR II $ ________ ESTIMATED MAXIMUM TOTAL FOR OPITON YEAR II $___________ OPTION PERIOD III: July 2, 2010 ? July 1, 2011 CLIN Description of Supplies Estimated Minimum/Maximum Quantity Unit Price Min/Max Estimated Total Price Min/Max 0001 VHF/UHF System 1/10 $ $ 0002 Site Survey for VHF/UHF System Each $ $ 0003 Training for VHF/UHF System Each (if not included) $ $ 0004 Installation for VHF/UHF System 1/10 $ $ ` Shipping for VHF/UHF System 1/10 $ $ 0006 Optional Narrowband Receiver for VHF/UHF System 1/20 $ $ 0007 Optional Wideband Receiver for VHF/UHF System 1/20 $ $ 0008 HF System 1/10 $ $ 0009 Site Survey for HF System Each $ $ 0010 Training for HF System Each (if not included) $ $ 0011 Installation for HF System 1/10 $ $ 0012 Shipping for HF System 1/10 $ $ 0013 Optional Narrowband Receiver for HF System 1/20 $ $ 0014 Optional Wideband Receiver for HF System 1/20 $ $ ESTIMATED MINIMUM TOTAL FOR OPTION YEAR III $ ________ ESTIMATED MAXIMUM TOTAL FOR OPITON YEAR III $___________ OPTION PERIOD IV: July 2, 2011 ? July 1, 2012 CLIN Description of Supplies Estimated Minimum/Maximum Quantity Unit Price Min/Max Estimated Total Price Min/Max 0001 VHF/UHF System 1/10 $ $ 0002 Site Survey for VHF/UHF System Each $ $ 0003 Training for VHF/UHF System Each (if not included) $ $ 0004 Installation for VHF/UHF System 1/10 $ $ 0005 Shipping for VHF/UHF System 1/10 $ $ 0006 Optional Narrowband Receiver for VHF/UHF System 1/20 $ $ 0007 Optional Wideband Receiver for VHF/UHF System 1/20 $ $ 0008 HF System 1/10 $ $ 0009 Site Survey for HF System Each $ $ 0010 Training for HF System Each (if not included) $ $ 0011 Installation for HF System 1/10 $ $ 0012 Shipping for HF System 1/10 $ $ 0013 Optional Narrowband Receiver for HF System 1/20 $ $ 0014 Optional Wideband Receiver for HF System 1/20 $ $ ESTIMATED MINIMUM TOTAL FOR OPTION YEAR IV $ ________ ESTIMATED MAXIMUM TOTAL FOR OPITON YEAR IV $___________ ESTIMATED GRAND TOTAL (Base Year plus 4 Option Periods): Minimum: $________ Maximum: $_________ Clause 52.216-19 is hereby amended as follows: (a) Minimum Order is 1. (b) Maximum Order is 10. (b)(1) 10 (b)(2) 10 (b)(3) N/A NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (25-APR-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DOJ/DEA/OAM/DEA-07-R-0009/listing.html)
- Record
- SN01281601-F 20070427/070425224229 (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 |