SOLICITATION NOTICE
58 -- Digital Radio Mondiale (DRM) With High Frequency Equipment and Support
- Notice Date
- 4/21/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Contracting Office, USCG Research and Development Center, 1 Chelsea Street, New London, Connecticut, 06320-5506, United States
- ZIP Code
- 06320-5506
- Solicitation Number
- HSCG32-16-P-P04C04
- Archive Date
- 5/31/2016
- Point of Contact
- Joyce M Overton, Phone: 860-271-2886
- E-Mail Address
-
joyce.m.overton@uscg.mil
(joyce.m.overton@uscg.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This Request for Quotation HSCG32-16-P-P04C04 incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-87 dated 6 April 2016. The NAICS Code is 334220. The small business size standard code is 1,250. This is a total small business set-aside; all responsible small business sources may submit quotes that will be considered by the agency. The purchase order will be awarded on a firm fixed price basis using simplified acquisition procedures in accordance with FAR 13.5. The United States Coast Guard Research & Development Center has a requirement to procure, install and provide technical support for Digital Radio Mondiale (DRM) with High Frequency (HF) for testing in New London, CT and Kodiak, AK in accordance with the Statement of Work (ADDENDUM #2). Offerors must be registered in the Systems for Award Management (SAM) prior to the submission of an offer to be considered for award. Offers must be submitted in English and priced in US Dollars. Period of Performance: Date of award through October 31, 2016. Questions and quotes shall be emailed to Joyce.M.Overton@uscg.mil. 1. 52.252-2 Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The full text of FAR clauses may be accessed electronically at this address: http://www.acquisition.gov/far/index.html FAR 52.204-4 Printed or Copied Double-sided on Recycled Paper (May 2011) FAR 52.204-6 Data Universal Numbering System (DUNS) Number (Jul 2013) FAR 52.211-15 Defense Priorities and Allocation System Rating (Apr 2008) FAR 52.223-3 Hazardous Material Identification and Material Safety Data (Jan 1997) FAR 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) HSAR Clauses 3052.222.90 Local Hire (USCG) (June 2006) 3052.223-90 Accident and Fire Reporting (USCG) (Dec 2003) 3052.242-72 Contracting Officer's Technical Representative (Dec 2003) 2. FAR 52.212-1 Instructions to Offerors-Commerical Items (Oct 2015). Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) solicitation number, 2) the time specified in the solicitation for receipt of offers, 3) name, address and telephone number of the offeror, 4) a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary 5) terms of any express warranty 6) price and any discounts for prompt payment if applicable, 7) "remit to" address if different form than mailing address, 8) a completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically) 9) Acknowledgement of solicitation amendment (if any), 10) if the offer is not submitted on the SF1449, include a statement specifying the extent of agreement with all the terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. 3. FAR 52.212.2 Evaluation-Commerical Items (Oct 2014) - This is a Commercial Item acquisition. The evaluation and award procedures in FAR 13.106 apply. The following evaluation factors shall be considered: Technical Price The Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The Government will evaluate offers and make award to the lowest price technically acceptable offer that is responsive to the terms of the solicitation. Adequate Price Competition DHS policy requires that pricing for competitive negotiations should be based on adequate price competition. The Government expects adequate price competition for this acquisition. However, in the event only one responsible offer is obtained as a result of this solicitation, that Offeror may, at the request of the Contracting Officer, be required to submit either Certified Cost or Pricing (FAR 15.403-4) or Data Other that Certified Cost or Pricing Data (FAR 15.403-3) to support price negotiations. ADDENDUM #1 to 52.212-2 INSTRUCTIONS FOR SUBMITTING TECHNICAL PROPOSALS Technical: The offeror shall describe: a. How the proposed equipment meets the requirements in paragraph 2.1 of the Statement of Work. b. How the integration strategy provides evidence that the components can be successfully integrated together and to the Government's system. This is limited to one page. 4. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Apr 2016) - The offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically via the Systems for Award Management (SAM) web site accessed through http://www.acquisition.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (r) of this provision. 5. FAR 52.212-4 Contract Terms and Conditions - Commercial Items (May 2015)-The following addendum applies: Address for submission of invoices is: Commercial Invoices USCG Finance Center PO Box 4115 Chesapeake, VA 23327-4115 (800) 564-5504 6. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Mar 2016) The contractor shall comply with the FAR Clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2015) 52.209-6 Protecting the Government Interest When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment (Oct 2015) 52.219-6 Notice of Total Small Business Set-Aside (June 2003) 52.222-3 Convict Labor (June 2003) (E.O. 11246) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Feb 2016) 52.222-21 Prohibition of Segregated Facilities (Apr 2015) 52.222-26 Equal Opportunity (Apr 2015) (E.O. 11246) 52.222-50 Combating Trafficking in Persons (Mar 2015) 52.223-13 Acquisition of EPEAT® - Registered Imaging Equipment (Jun 2014) 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-1 Buy American Act 52.225-3 Buy American-Free Trade Agreements-Israeli Trade Act (May 2014) 52.225-13 Restrictions on Certain Foreign Purchases (June 2008) (E.O's proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury.) 52.225-14 Inconsistency Between English Version and Translation of Contract (Feb 2000) 52.232-33 Payments by Electronic Funds Transfer-Systems for Award Management (Jul 2013) ADDENDUM #2 STATEMENT OF WORK DEPARTMENT OF HOMELAND SECURITY (DHS) U.S. COAST GUARD RESEARCH AND DEVELOPMENT CENTER STATEMENT OF WORK (SOW) FOR DRM EQUIPMENT AND SUPPORT 1 GENERAL 1.1 Background The U.S. Coast Guard (USCG) Research and Development Center (RDC) has an ongoing project titled: Next Generation Arctic Navigational Safety Information System (ANSIS). There is considerable concern over the increasing maritime activity in the Arctic, along with the potential for maritime accidents and serious environmental harm to the fragile Arctic environment, warranting the need to implement enhanced maritime safety measures. One challenge is that the dynamic, constantly changing environmental and safety information, which mariners need to identify, assess, and mitigate the risks of operating in the Arctic, is not presently available due to the lack of infrastructure and suitable communications capability. A Cooperative Research and Development Agreement (CRADA) between the U.S. Coast Guard (USCG) RDC and Marine Exchange Alaska (MXAK) was established to promote a public-private analysis and eventual solution to this problem. The USCG RDC's objective for this project (CRADA) is to define, develop, demonstrate, and evaluate, in an operational setting, at least one promising technology approach to the "Next Generation Arctic Maritime Navigational Safety Information System," which provides important, time-critical, information to mariners in order that they may better access and manage their voyage risks as they transit the remote and hostile waters of the US Arctic Exclusive Economic Zone (EEZ). MXAK has expressed their agreement to support this objective. The project is currently using AIS transmit capabilities in Alaska to transmit Maritime Safety Information (MSI) information using mobile maritime VHF frequencies AIS1 and AIS2. The range of this transmission is limited to line of site between the shore station and the ship off shore. This is typically twenty (20) nautical miles (nm). This system would require spacing transmit sites along the Alaskan coast line closely together where no infrastructure exists. The USCG RDC is interested in testing the RF propagation characteristics of using Digital Radio Mondiale (DRM) with High Frequency (HF) as a means to broadcast digital data. This capability will allow transmission of detailed weather information, ice edge information, notice to mariner information, and electronic chart updates. If successful, the USCG will investigate using the system to enhance existing means of disseminating digital maritime safety information. A description of the required equipment follows: The various components of the DRM broadcast system are described in the sections below. The interfaces between the components are controlled by various standards; however in some cases, there are options and room for interpretation, so it is important to ensure that all components in the transmit chain work together. For the proposed demonstration the source data would be various types of MSI formatted into existing AIS messages and encapsulated into NMEA sentences. Content Server The content server accepts audio and data streams over a serial or User Datagram Protocol/Internet Protocol (UDP/IP) network from multiple sources and combines the data into a single data stream using DRM's Multiplex Distribution Interface (MDI). This MDI data is carried to the modulator over a serial or UDP/IP connection and contains the multiplexed data as well as instructions for the modulator to determine the DRM profile used (bandwidth, robustness mode, data rate, etc.). Modulator The modulator receives the MDI data from the Content Server and generates the orthogonal frequency-division multiplexing (OFDM) signal using either 16 or 64 level Quadrature Amplitude Modulation (QAM). The modulated data is output as a baseband or passband signal depending on the transmitter. Receiver The receiver, combined with an appropriate antenna, receives the DRM encoded data. Sophisticated receivers perform demodulation internally and output decoded audio and data over an audio, UDP/IP, USB, or serial connection. AM receivers that are not equipped with internal decoding must output analog data to a soundcard or digital data through a USB connection. This data must then be decoded using a software demodulator. 1.2 Scope The scope of this order is to provide equipment and technical support for DRM over HF testing in New London, CT and Kodiak, AK. This technical support shall include support via phone for integration and configuration of system at a USCG RDC Lab in New London, CT for initial testing (using dummy load) and for live testing in Alaska at antenna site. 1.2.1 Compliance Documents The following documents provide specifications, standards, or guidelines that must be complied with in order to meet the requirements of this contract: • None 1.2.2 Reference Documents The following documents may be helpful to the contractor in performing the work described in this document: • "Digital Radio Mondiale (DRM); Multiplex Distribution Interface (MDI)," EuropeanTelecommunications Standards Institute (ETSI) ETSI TS 102 820 V1.2.1, October 2005. 2 SPECIFIC REQUIREMENTS/TASKS 2.1 TASK ONE: Equipment The contractor shall deliver a complete system including a content server, modulator and receivers that work end to end. Since the individual components are not plug-and-play; the contractor shall select and integrate components so they can be inserted into the Coast Guard's Digital Radio Mondiale (DRM) with High Frequency (HF) test system and function with minimal Government configuration. The contractor shall provide a compatible content server and modulator. The following technical specifications shall be met by the contractor's solution: • The system shall meet the requirements of ITU Recommendations ITU-R M.2010 [1] and ITU-R M.2201 [4]. • The Content server shall be suitable for data-only transmission of a file or asynchronous data stream. • The Modulator shall be capable of all DRM modes available for the 9/10 kHz bandwidth. • The Modulator shall work with non-linear transmitters to include a Rockwell Collins URG-III (RT-2200) 4Kw radio. • All components shall run on 110 VAC (preferred), or 220 VAC, single phase, 60 Hertz. • All power connections shall use standard US plugs. • All power connections shall be in compliance with applicable US codes (NEC, NFPA, UL, etc.). • The Content Server shall accept the input of TCP/IP data through standard RJ-45 connector. The contractor shall provide two receivers, a DRM Monitor Receiver and a Low Cost User Monitor receiver. The receivers shall meet the following technical specifications: The DRM Monitor Reciever shall: • have a Web based GUI for remote setup, control and monitoring; • have a RS232/485 interface control; • Timing; • Calibrated measurements; • Output the received data via TCP/IP (RJ-45) or serial (RS-232) to a user-provided computer; • run on 110 VAC (preferred), or 220 VAC, single phase, 60 Hertz; • use standard US plugs for all power connections; and • have US codes (NEC, NFPA, UL, etc.) compliant power connections. The DRM Low Cost User Monitor shall have the same functionality as the DRM Monitor Receiver above, but shall not require calibrated measurements. Within 60 days of award, the contractor shall ship the equipment to: USCG Research and Development Center 1 Chelsea Street New London, CT 06320 (USA) The contractor shall be responsible for all shipping costs to include international shipping costs and customs fees if applicable. The contractor shall supply Original Equipment Manufacturer reference and training manuals/videos for all equipment (Deliverable 1). 2.2 TASK TWO: Testing Technical Support The Government is planning to perform operational bench and field testing. During the testing periods, the contractor shall be available for phone support, for set up and configuration of the system for a minimum of twenty-five (25) hours. This testing is expected to begin within two months of receipt of equipment and continue until October 31, 2016. 3 OTHER APPLICABLE CONDITIONS 3.1 Security All information and deliverables under this purchase order are Unclassified and will not require access to Sensitive but Unclassified (SBU) information. 3.2 Access to Government IT systems The contractor shall not require access to U.S. Coast Guard IT Systems. 3.3 Access to Government Facilities The contractor shall not require access to Government Facilities. 3.4 TRAVEL The Contractor shall not be required to travel. 3.5 GOVERNMENT FURNISHED RESOURCES The Government will not provide property to the contractor for work required under this purchase order. 3.6 CONTRACTOR FURNISHED PROPERTY The contractor shall furnish all materials, equipment and services necessary to fulfill the requirements of this purchase order. DELIVERABLES All deliverables are in "Contractor Format" unless otherwise indicated. The contractor shall provide all written reports in electronic format with read/write capability using applications that are compatible with Coast Guard workstations (Windows Operating Systems and Microsoft Office Applications). ITEM SOW DELIVERABLE / EVENT DUE BY/ GOVERNMENT REVIEWS DISTRIBUTION 1 2.1 Reference and training manuals/videos for all equipment Shipped with equipment - within 60 days after award COR PM1 Contract Specialist -Transmittal Only
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGRDC/HSCG32-16-P-P04C04/listing.html)
- Record
- SN04091968-W 20160423/160421235117-9188c33f189d412260de2bf7b3154106 (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 |