Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2012 FBO #3931
SOLICITATION NOTICE

58 -- The Transportation Security Administration has a requirement for 700/800 MHz Radios - Package #1

Notice Date
8/27/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of Homeland Security, Transportation Security Administration, Headquarters TSA, 601 S. 12th Street, TSA-25, 10th Floor, Arlington, Virginia, 20598, United States
 
ZIP Code
20598
 
Solicitation Number
HSTS05-12-Q-DTW006
 
Archive Date
10/31/2012
 
Point of Contact
Margaret Butler, Phone: 571-227-3966, Stacey M Walker, Phone: 206-834-2409
 
E-Mail Address
margaret.butler@dhs.gov, stacey.walker@tsa.dhs.gov
(margaret.butler@dhs.gov, stacey.walker@tsa.dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
TSA Terms and conditions Attachment is the pricing table for RFQ Attached is the uploaded RFQ in PDF format. This is a Combined Synopsis/Solicitation Request for Quotation (RFQ) for commercial items prepared in accordance with the information in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; firm fixed price quotations are being requested. A written solicitation will not be issued. Solicitation number HSTS05-12-Q-DTW006 is hereby issued as an Request for Quotation (RFQ). This solicitation document incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60, effective July 26, 2012. This acquisition is 100% set aside for small business concerns. The associated NAICS code is 334220 and the small business standard is 750 employees/average annual receipts. Pricing The pricing shall be detailed in the following pricing table: See Attachment 1- Pricing Table. Description of requirement for items: The Transportation Security Administration (TSA) has a requirement for (17) 700/800 MHz range radios, (9) Impress single unit charger and (2) MUC Impress charger with display. The radios shall be brand name or equal to the Motorola H46UCD9PW5BN, Model: XTS2500. This tier two radio must be operational compatible with the existing standard issue Motorola model XTS2500 LMRs and program compatible with the current Motorola LMR system currently deployed with TSA LMR Infrastructure. Additionally, interoperability is required with our Stakeholder's communications systems, ORION Network, PD Communications networks to include Digital/Analog and Trunking systems to include code plugs, cables and programming software for Detroit Metro Wayne County Airport and their existing Motorola LMR infrastructure. This requirement is for new equipment only, no remanufactured or "gray market" items. The radios shall have the following salient characteristics and bundled radios packages must be inclusive of the items below: • 700/800 MHz Range • Programming over P25 compliant • 9600 Baud, wide area, Smart Zone, OmniLink, ASTRO Digital CAI, & PTT-ID Display • ALT: Antenna ½ Wave 7" Whip 700/800 MHZ • ENH: 3600/9600 Interoperability • Impress NIMH 2100 MAH, 7.5 battery • Impress Charger, Single Unit • Compatible with current command interface equipment systems; cables, interoperability boxes previously purchased for Motorola LMRs. • Field programmable using appropriate software and cables or radio to radio cloning Encryption and over the air re-keying (OTAR) and tactical OTAR that is compatible with Stakeholder's communications systems, ORION Network, PD Communications networks to include Digital/Analog and Trunking systems to include code plugs, cables and programming software for Detroit Metro Wayne County Airport and their existing Motorola LMR infrastructure. The required performance criteria are: (1) Encryption and over the air re-keying available for future operational expansion that is compatible with TSA's existing Motorola LMR infrastructure. (2) Receiver Sensitivity (dBm) -119dB Minimum (3) P25 Receiver Sensitivity (dBm) -119 dB Minimum (4) Adjacent Channel Rejection (dB) 80dB / 70dB - 85dB / 75dB (5) P25 Adjacent Channel Rejection (dB) 60dB - 75dB (6) Spurios and Images (dB) 80dB - 90dB (7) Inter modulation Rejection (dB) 75dB - 80dB (8) Audio Distortion at 15W (%) 2 (9) Frequency Stability (ppm) 1.5ppm - 2ppm (10) Audio Distortion (%) 3 (11) FM Hum and Noise (dB) 12.5kHz: 40dB - 45dB 25kHz: 45dB - 50dB Spurious and Harmonics (dB) 75dB - 80dB (12) 1-3W/96 Channels/No Key Pad (13) ENH: Radio Packet Data Delivery: Delivery shall be FOB Destination at Detroit Metro Wayne County Airport. FAR 52.212-1, Instructions to Offerors -Commercial (FEB 2012) applies to this order (No addenda are attached) Evaluation Factors: The Government will evaluate quotes based on the Lowest Price Technically Acceptable (LPTA) process. The award will be made on the basis of the lowest evaluated price of quotes meeting the technical requirements based on the following criteria: • Price • Technical acceptability Vendors must be currently registered, and provide a copy of a valid certification in the Online Representation and Certifications Application (ORCA) (http://orca.bpn.gov) as well as current in https://www.sam.gov/portal/public/SAM/. The clause FAR 52.212-4, Contract Terms and Conditions -Commercial Items (FEB 2012) applies to this order (No addenda are attached). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jul 2012) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Feb 2012) (Pub. L. 109-282) (31 U.S.C. 6101 note). (8) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012) (section 738 of Division C of Public Law 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). (12) (i) 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). (23) 52.219-28, Post Award Small Business Program Representation (Apr 2012) (15 U.S.C. 632(a)(2)). (26) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (27) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Mar 2012) (E.O. 13126). (28) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (29) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (31) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (38) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011). 39) 52.225-1, Buy American Act--Supplies (Feb 2009) (41 U.S.C. 10a-10d). (42) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (47) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332). All item shall be covered by the manufactures warranty. Quotes shall be good for a minimum of 30 days after close of the RFQ. Shipping must be free on board (FOB) destination Continental United States (CONUS). Sellers shall deliver the items on its conveyance a the destination specified by the buyer. The seller is responsible for cost of shipping and risk of loss prior to actually delivery at the specified location. Quotation Submittal Instructions: Quotes shall be emailed to the email address below: Due Date: September 4, 2012 at 10:00 AM Eastern Time Submit to: Margaret.Butler@dhs.gov Submittal Format: Electronic submissions only. If you are quoting on an equivalent product, you must submit sufficient information in order for the Government to determine that the product meets the salient characteristics listed herein.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/TSA/HQTSA/HSTS05-12-Q-DTW006/listing.html)
 
Place of Performance
Address: Delivery shall be FOB Destination at Detroit Metro Wayne County Airport., Romulus, Michigan, 48174, United States
Zip Code: 48174
 
Record
SN02857562-W 20120829/120828001204-3f2b5c7c8b916f78a2a213812298e79d (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.