Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 02, 2013 FBO #4208
SOLICITATION NOTICE

70 -- Brand Name or Equal EDX Signal Pro RF Software

Notice Date
5/31/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of Justice, Federal Bureau of Investigation, Procurement Section, 935 Pennsylvania Avenue, N.W., Washington, District of Columbia, 20535, United States
 
ZIP Code
20535
 
Solicitation Number
RFQ1826134000
 
Archive Date
6/22/2013
 
Point of Contact
Margaret D Einspahr, Phone: 703-985-6638
 
E-Mail Address
margaret.einspahr@ic.fbi.gov
(margaret.einspahr@ic.fbi.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
PLEASE READ THIS NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This Request for Quote (RFQ) is being conducted as a 100% Small Business Set-Aside. This requirement falls under NAICS code 511210 and the size standard is 500 employees. This notice will be distributed solely through the General Services Administration's Federal Business Opportunities (FBO) website, www.fedbizopps.gov. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Interested parties are responsible for monitoring this website to ensure they have the most up-to-date information about this acquisition. The Federal Bureau of Investigation (FBI) intends to award a Firm Fixed Price, one-time delivery order for the purchase of Brand Name or Equal EDX Signal PRO RX Software. The quote shall contain the Offeror's best terms for cost/price and technical capabilities of the required EDX Signal PRO RX Software or equivalent equipment, as contract award may be based on initial quote received. The government reserves the right to award without discussions. This RFQ is for Brand Name or Equal in accordance with FAR Provision 52.211-6 (Aug 1999). Substitute brands maybe provided if they perform the same function. If an equal item is proposed, specifications must be included with the quote to demonstrate that it is an equal item. Offerors shall provide a point-by-point comparison to each item listed in the technical requirements. A general overview, comparison, or statement such as "able to provide the requirements" or "meets or exceeds minimum requirements" is unacceptable and will not be evaluated for potential acceptance. All Offerors that fail to comply with instructions will be considered non-responsive and will not be considered for award. The Offeror shall submit price quotes for the required brand name or equal equipment to the specifications listed below. Please include a description of capabilities and specifications for the required equipment. The Offeror should include a description of any support services or warranty information with their technical quote. The FBI requests that discounts based on required quantities and volume of equipment be considered. This requirement is an all or none purchase. Line Description Item # Quantity 0001 EDX Signal PRO RF Software ESP32-801 1 0002 Network Design Module, Add-on Module for EDX Signal PRO NDM32-801 1 0003 Signal MX Module, Add-on Module for EDX Signal PRO SMX32-801 1 0004 Dongle-Network, USB Dongle for multiple license use KEYNET10 1 0005 SIGNAL DSP32-1101 2 0006 Dongle-Stand alone, USB Dongle for single license use KEYMEM 2 0007 US 1 Second Terrain-All TERUS1S 1 0008 US GIS-All GISUS6S 1 0009 US 3 Second Clutter LULCUS6S 1 0010 US 1 Second Terrain-Tile Alaska Coverage TERUS1S 1 If proposing an equivalent product, the FBI reserves the right to request a sample product for test and evaluation purposes. If a test sample is requested, the vendor will be notified when and where to send the sample. Any test sample products will be returned at the conclusion of testing. Salient Characteristics •s High performance 64-bit operation •s Provide automatic traffic loading and automatic gateway selection •s Provide area coverage studies to include shadowing/line of sight, path loss, field strength •s Indicate uplink/downlink signal levels, bit error rate, percent of service availability •s Provide visualization of multipoint system performance •s Perform automatic node layout, automatic router and repeater selection •s Include all user's manuals •s 1-Year Maintenance Contract The salient characteristics identified above by a "brand name or equal" description are intended to be descriptive, not restrictive, and to indicate the quality and characteristics of the product that will be satisfactory. Quotes offering "equal" products (including products of the brand name manufacturer other than the one described by the brand name) will be considered if such product is clearly identified in the quote and is determined by the FBI to meet fully the salient characteristics on above products. If offering an equivalent product, the brand name of the equivalent product shall be clearly identified in the quote. Unless visibly identified as an equivalent product, offered items shall be considered as the brand name product referenced in this announcement. The evaluation of quotes and the determination as to the equality of the products shall be the responsibility of the Government and shall be based on information provided by the Offeror. The Government is not responsible for locating or securing any information not provided in the quotation by the Offeror. To ensure that sufficient information is available, the Offeror shall furnish, as a part of the quote, all descriptive material necessary for the purchasing activity to determine whether the products meet the salient characteristics of this requirement. Vendors proposing to modify a product to make it conform to the requirements of this announcement shall include a clear description of the proposed modification and clearly mark any descriptive material to show the proposed modification. The requested software and equipment will be used to predict and validate RF coverage of the Radio System Development Unit (RSDU) Land Mobile Radio System (LMRS) and its secure wireless system. This software interfaces with RF collection equipment currently owned and in use by the FBI, thereby allowing the FBI to use captured RF data to tune the software, which in turn will enhance the software's prediction accuracy. EDX Signal Pro Software is the same software used by the Department of Justice (DOJ) Wireless Management Office (WMO). As the FBI has assumed responsibility for the LMRS for the DOJ and its components, using the same software allows the FBI to supply both system frequency requests/RF coverage analysis information in a consistent format. The requested equipment shall be delivered 30 days ARO, FOB Destination: Quantico, VA, 22135. The contractor shall extend to the Government full coverage under a normal commercial warranty. Acceptance of the warranty does not waive the Governments rights with regard to other terms and conditions of this contract. The warranty period shall begin upon final acceptance of all items provided to the Government by the Contractor. The following FAR clauses and provisions are incorporated by reference and apply to this acquisition: 52.211-6, Brand Name or Equal (Aug1999); 52.212-1, Instructions to Offerors - Commercial Items (Feb 2012); 52.212-2, Evaluation-Commercial Items (Jan 1999)-the following factors shall be used to evaluate offers: Low Price Technically Acceptable. All offerors and prospective contractors must be registered with the System for Award Management (SAM) Database or must provide a completed copy of 52.212-3 with their offer; 52.212-4 Contract Terms and Conditions -Commercial Items (Feb 2012); 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2013) - Applicable Clauses under 52.212-5 include: (a); (b); (c) (4); (6); (8); (12); (16); (26); (27); (28); (29); (31); (37); (38); (40); (42); (48). Addendum to 52.212-1, Modify (b) Submission of offers to read as follows: Quotes shall be submitted to margaret.einspahr@ic.fbi.gov Friday, June 7, 2013, 10:00 am Eastern Daylight Time (EDT). Quotes shall be clearly marked RFQ1826134000. Quotes not received by the date, time and location specified in this announcement will not be considered by the agency. Offerors that fail to furnish required representations or information, or reject the terms and conditions of the combined synopsis/solicitation may be excluded from consideration. Telephone requests will not be considered. The FBI will be using a new financial system on 10/01/2013 that has a direct interface with the System for Award Management (SAM). Please ensure that your company's SAM information is updated and accurate. This includes TIN, EFT, DUNs, addresses and contact information. The EFT banking information on file is SAM will be what the FBI will use to issue payments to your organization for receipt of proper invoices. All vendors must be registered in SAM, effective July 29, 2012 to receive government contracts. In addition, the FBI will be using a new financial system on 10/01/2013 that has a direct interface with the SAM. If any current FBI vendor data conflicts with SAM Data, the information contained in SAM may override our current information on 10/01/2013. Please ensure that your company's SAM information updated and accurate. This includes TIN, EFT, DUNs, addresses and contact information. The EFT banking information on file in SAM will be what the FBI uses to process payment to your organization.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/FBI/PPMS1/RFQ1826134000/listing.html)
 
Place of Performance
Address: Quantico, Virginia, 22135, United States
Zip Code: 22135
 
Record
SN03077003-W 20130602/130601000646-71db59715056944cce079ac02f26ea4a (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.