Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 26, 2018 FBO #5908
SOLICITATION NOTICE

59 -- Radio Mesh System - RFQ NB671000-18-01213

Notice Date
1/24/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B130, Gaithersburg, Maryland, 20899-1410, United States
 
ZIP Code
20899-1410
 
Solicitation Number
NB6710000-18-01213
 
Archive Date
2/23/2018
 
Point of Contact
Aron Krischel, Phone: 3034973032
 
E-Mail Address
aron.krischel@nist.gov
(aron.krischel@nist.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
RFQ NB671000-18-01213, Radio Mesh System FBO ANNOUNCEMENT: COMBINED SYNOPSIS/SOLICITATION CLASSIFICATION CODE: 59-Electrical and Electronic Equipment Components SUBJECT: Request for Quotation for Radio Mesh System SOLICITATION NUMBER: NB671000-18-01213 RESPONSE DATE: February 08, 2018 CONTACT POINTS: Aron Krischel, Contracting Officer 303-497-3032 DESCRIPTION: THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVLAUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED AND A SEPARATE WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THE SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC-89) 1352.215-72 INQUIRIES (APR 2010) Offerors must submit all questions concerning this solicitation in writing to the contract specialist within seven (7) days of the posting. All responses to the questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract. (end of provision) The associated North American Industrial Classification System (NAICS) code for this procurement is 334220, Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing, with a small business size standard of 1,250 employees. This requirement is being competed as a TOTAL SMALL BUSINESS set-aside competition. All interested responsible small business concerns may submit a quotation. *** National Institute of Standards and Technology is seeking to purchase a ** Radio Mesh System** STATEMENT OF REQUIREMENTS MESH RADIO SYSTEM Lab Requesting Service Communications Technology Laboratory (CTL), Public Safety Communications Research (PSCR) Division I.BACKGROUND The PSCR Deployables Research team provides research, development, testing and evaluation for broadband deployable systems. This research, sponsored by the DHS S&T Next Generation First Responder Apex program, will establish feasible concepts for public safety agencies to use multiple Deployable systems (DS) and/or for multiple agencies to use their individual DS in a joint environment. DS are a critical component for providing coverage to Next Generation First Responders (NGFR) under the Nationwide Public Safety Broadband Network (NPSBN). Availability of DS is expected to be a critical need for remote areas where complete coverage is not feasible, areas with extreme congestion due to large-scale events or incidents, and areas where installed resources are compromised. Deployable systems internetwork connections are vital for Deployable systems to work in the field. These connections need to be ad-hoc, resilient, and easily configurable for multi-deployment scenarios. As evaluated by prior research, mesh networking technology has been reviewed to be the optimal solution for internetwork connections. II.OBJECTIVES The primary goal is for PSCR to own, operate, maintain, and perform research on the effectiveness of multiple mesh nodes to interconnect mobile networks within an operational area. The nodes will be used to connect different independent and highly mobile broadband networks. PSCR will perform various measurements and tests on mesh radios to provide better insight into mobile deployable systems. Furthermore, the radios will provide demo and operational support. The results of the research will be in the form of whitepapers and internal technical reports. III.SCOPE The contractor shall provide five (5) lightweight small form factor mesh nodes, aka "Tactical" nodes, and a total of two (2) "Base Station" nodes in accordance with paragraph IV, Specifications. IV.SPECIFICATIONS The Mesh nodes shall be fully operational systems require no additional equipment. Power equipment for each node, and software for managing the nodes, shall be included in the package. A."Tactical" Mesh Radio Node Technical and Operational Requirement 1.Operational FrequencyShall transmit within at least one of the ISM bands; 900Mhz, 2.4 GHz, 5 GHz. 2.Output PowerShall transmit < or = to 1 watt but > than 400mW 3.Input PowerShall operate at a minimum between 10v - 20v DC 4.EnclosureThe Mesh radio node shall be capable of being broken out of its ruggedization or weather resistant enclosure if applicable. 5.DimensionsTotal volume of radio shall be smaller than 7 in³ or 115 cm³. The volume shall be met excluding any casing or ruggedization. 6.WeightTotal Weight of radio shall be less than 5 oz. or 142g; The weight shall be met excluding any casing or ruggedization. 7.MIMOShall support a minimum of 2x2 MIMO 8.Mesh TopologyShall be capable of automatically setting up and maintaining a Mesh network topology. This includes maintaining multiple paths to a node and evaluating the best route to push traffic through. 9.Management SoftwareMesh radios shall be managed by management software. This software shall include ways to monitor connections within the network, set frequency restrictions on nodes, and to have graphical display of the network topology. 10.Power SystemEach node shall have its own complete power system. Example, if the node needs a cable or cable adapter to be powered it shall be included. 11.AntennasEach node shall have a complete set of omnidirectional antennas that the radio was built for. For example, if the radio requires 2 antennas for the 5 GHz frequency, then the radio shall have 2 antennas built for that frequency. 12.Network ConnectivityThe radio shall be ethernet adaptable, meaning it can connect through ethernet to other network elements. If the radio requires adaptation to connect via ethernet, this adapter shall be provided for each radio. B."Base Station" Mesh Radio Node Technical and Operational Requirement 1.Operational FrequencyShall transmit within at least one of the ISM bands; 900 MHz, 2.4 GHz, 5 GHz. 2.Output PowerShall transmit < than or = to 1 watt but greater then 400mW 3.Input PowerShall be capable of operating at a minimum of 10v - 20v DC. Can have an AC adaptor in-between the unit and US standard 120V and 60Hz 4.MIMOShall support a minimum of 4x4 MIMO 5.Mesh TopologyShall be capable to automatically setting up and maintaining a Mesh network topology. This include maintaining multiple paths to a node and evaluating the best route to push through traffic. 6.Management SoftwareMesh radios shall be managed by management software. This software shall include ways to monitor connections within the network, set frequency restrictions on nodes, and to have graphical display of the network topology. 7.Power SystemEach node shall have its own complete power system. Example, if the node needs a cable or cable adapter to be powered it shall be included. 8.AntennasEach node shall have a complete set of omnidirectional antennas for which the radio was built. For example, if the radio requires 2 antennas for the 5 GHz frequency, then the radio shall have 2 antennas built for that frequency. 9.Network ConnectivityThe radio shall be ethernet adaptable, meaning it can connect through ethernet to other network elements. If the radio requires adaptation to connect via ethernet, this adapter shall be provided for each radio. V.Delivery 30 days at ARO VI.Deliverables DescriptionQtyDue Date Tactical Mesh Radio Node530 days ARO Base Station Mesh Radio Node230 days ARO Mesh Radio Node Management Software730 days ARO Annual maintenance, upgrades, and support - one year130 days ARO VII.WARRANTY Standard one year for hardware and software including labor and materials. Parts for any malfunctioning or damaged components shall be replaced or fixed onsite. VIII.ACCEPTANCE/INSPECTION After receipt, but prior to acceptance and final payment, the equipment will be tested and evaluated on site by PSCR team members. Tests will include weight checks, software evaluation, and throughput tests. Delivery Delivery shall be FOB DESTINATION and shall occur within the vendor's standard commercial lead time. Delivery shall be FOB destination and shall occur within the vendor's standard commercial lead time. FOB Destination means: The contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for any loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. The contractor shall deliver all Line Items to: The National Institute of Standards and Technology 325 Broadway, Shipping and Receiving Boulder, CO 80305-3328 Payment Schedule The Contractor shall be paid, in accordance with Net 30-day payment terms, upon receipt and acceptance of a proper invoice for the entire purchase order, in accordance with the following schedule. 1.100% after receipt and acceptance by the TPOC of fully delivered system; and 2.After all inspection and acceptance requirements set forth in this document have been met NOTE: Partial shipments and partial invoices will not be accepted, unless other-wise requested and accepted by the Contracting Officer prior to award offer. PROVISIONS AND CLAUSES: The following provisions and clauses apply to this acquisition and are hereby incorporated by reference. All FAR clauses may be viewed at http://acquisition.gov/comp/far/index.html Provisions 52.204-7 - System for Award Management 52.204-16 - Commercial & Government Entity Code Reporting 52.204-18 - Commercial & Government Entity Code Maintenance 52.212-1 - Instructions to Offerors-Commercial Items 52.212-3 - Offerors Representations and Certifications-Commercial Items 52.225-4 -- Buy American -- Free Trade Agreements - Israeli Trade Act Certificate. (ALT I)) Buy American -- Free Trade Agreements--Israeli Trade Act Certificate (May 2014) (a) The offeror certifies that each end product, except those listed in paragraph (b) or (c) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The terms "Bahrainian, Moroccan, Omani, Panamanian, or Peruvian end product," "commercially available off-the-shelf item," "component," "domestic end product," "end product," "foreign end product," "Free Trade Agreement country," "Free Trade Agreement country end product," "Israeli end product," and "United States" are defined in the clause of this solicitation entitled "Buy American-Free Trade Agreements-Israeli Trade Act." (b) The offeror certifies that the following supplies are Canadian end products as defined in the clause of this solicitation entitled "Buy American-- Free Trade Agreements--Israeli Trade Act": Canadian Line Item No.:Country of Origin: [List as necessary] (c) The offeror shall list those supplies that are foreign end products (other than those listed in paragraph (b) of this provision) as defined in the clause of this solicitation entitled "Buy American--Free Trade Agreement--Israeli Trade Act." The offeror shall list as other foreign end products those end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of "domestic end product." Other Foreign End Products: Line Item No.:Country of Origin: [List as necessary] (d) The Government will evaluate offers in accordance with the policies and procedures of Part 25 of the Federal Acquisition Regulation. 52.225-18- Place of Manufacture Clauses 52.204-13 - System for Award Management 52.212-4 - Contract Terms and Conditions-Commercial Items 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; Alternate I and Alternate II 52.204-10 - Clause Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 - Protecting the Government's Interests When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Jul 2013) 52.219-6 - Notice of Total Small Business Set Aside 52.219-28 - Post Award Small Business Program Representation 52.222-3 - Convict Labor (June 2003) (E.O. 11755) 52.222-19 - Child Labor - Cooperation with Authorities and Remedies (Jan 2014) (E.O. 13126) 52.222-21 - Prohibition of Segregated Facilities (Feb 1999) 52.222-26 - Equal Opportunity (Mar 2007) (E.O. 11246 52.222-36 - Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793) 52.222-50 - Combatting Trafficking in Persons (FEB 2009) (22 U.S.C.7104(g)) 52.233-3 - Protest After Award (AUG 1996) (31 U.S.C. 3553) 52.233-4 - Applicable Law for Breach of Contract Claim 52.223-18- Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O 13513) 52.225-3 - Buy American Act - Free Trade Agreements - Israeli Trade Act (JUN 2009) (41U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 212 note, 19 U.S.C. 3805 NOTE, Pub.L. 108-77, 108-78, 108-286, 108-301, 109-53, 109-169, 109-283, and 110-138). (ii) Alternate I (Jan 2004) of 52.225-3 52.225-13 - Restrictions on Certain Foreign Purchases (June 2008)(E.O.'s, proclamations, and statues administered by the Office of Foreign Assets Control of the Department of the Treasury 52.232-33 - Payment by Electronic Funds Transfer - System for Award Management (Jul 2013) 931 U.S.C. 3332) 52.225-25 - Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran - Representations and Certifications 52.232-39 - Unenforceability of Unauthorized Obligations 52.232-40 - Providing Accelerated Payments to Small Business Contractors 52.247-35 - FOB Destination, within Consignee's Premises The following provisions and clauses apply to this acquisition and are hereby incorporated by reference. All CAR clauses may be viewed at http://www.ecfr.gov 1352.201-70 - Contracting Officers Authority 1352.209-73 - Compliance with the Laws (APR 2010) 1352.209-74 - Organizational Conflict of Interest 1352.246-70 - Place of Acceptance NIST LOCAL -04 Billing Instructions - (a) NIST prefers electronic Invoice/Voucher submissions and they should be emailed to INVOICE@NIST.GOV. (b) Each Invoice or Voucher submitted shall include the following: (1) Contract Number. (2) Contractor Name and Address. (3) Date of Invoice. (4) Invoice Number. (5) Amount of Invoice and Cumulative Amount Invoiced to-date. (6) Contract Line Item Number (CLIN). (7) Description, Quantity, Unit of Measure, Unit Price, and Extended Price of Supplies/Services Delivered. (8) Prompt Payment Discount Terms, if Offered. (9) Any other information or documentation required by the contract. (c) In the event electronic submissions are not used, The Contractor shall submit an original invoice or voucher in accordance with the payment provisions of this contract to: NIST: Accounts Payable Office 100 Bureau Drive, Mail Stop 1621 Gaithersburg, MD 20899-1621 (End of clause) INSTRUCTIONS: System for Award Management, SAM In accordance with FAR 52.204-7, the awardee must be registered in the system for award management (www.sam.gov) prior to award. Refusal to register shall forfeit award. Due Date for Quotations Offerors shall submit their quotations so that NIST receives them not later than 2:00 PM Mountain Standard Time on February 8, 2018. E-mail quotations shall be accepted at aron.krischel@nist.gov. Please reference the RFQ number in the subject line of email communications. Offerors' quotations shall not be deemed received by the Government until the quotation is entered in the e-mail box set forth above. Technical Capability: The offeror shall submit a technical description or product literature for the equipment it is proposing, which clearly identifies the manufacturer and part number, and each salient characteristic. The offeror must demonstrate that is proposed equipment meets each salient characteristic described in the statement of work by providing a citation to the relevant section of its technical description or product literature. If applicable, evidence that the Offeror is authorized by the original manufacturer to provide the items in the quotation shall be included. Acceptance of Terms and Conditions: This is an open-market solicitation for equipment as defined herein. The Government intends to award a Purchase Order as a result of this solicitation that will include the clauses set forth herein. The quotation shall include one of the following statements: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition" OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s) Note: This procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an offeror submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the offeror' s FSS or GWAC contract, and the statement required above shall be included in the quotation. QUOTATION EVALUATION: Evaluation Factors Award shall be made to the offeror whose quotation is deemed technically acceptable and is lowest price. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Capability and 2) Price. 1. Technical Capability: No prototypes, demonstration models, used or refurbished instruments will be considered. Evaluation of technical capability shall be based on the information provided in the quotation. NIST will evaluate whether the offeror has demonstrated that its proposed equipment meets or exceeds all technical specifications. Quotations that do not demonstrate the proposed equipment meets all technical specifications, will not be considered further for award. If an offeror does not indicate whether its proposed equipment meets a certain technical specification, NIST will determine that it does not. 2. Price: The Government will evaluate price for reasonableness. 1352.233-70 AGENCY PROTESTS (APR 2010) (a) An agency protest may be filed with either: (1) the contracting officer, or (2) at a level above the contracting officer, with the appropriate agency Protest Decision Authority. See 64 Fed. Reg. 16,651 (April 6, 1999) (b) Agency protests filed with the Contracting Officer shall be sent to the following address: NIST/ACQUISITION MANAGEMENT DIVISION ATTN: ARON KRISCHEL, CONTRACTING OFFICER Mail Stop: AMD 325 Broadway Boulder, CO 80305 (c) Agency protests filed with the agency Protest Decision Authority shall be sent to the following address: NIST/ACQUISITION MANAGEMENT DIVISION ATTN: HEAD OF THE CONTRACTING OFFICE (HCO) 100 Bureau Drive, MS 1640 Gaithersburg, MD 20899 (d) A complete copy of all agency protests, including all attachments, shall be served upon the Contract Law Division of the Office of the General Counsel within one day of filing a protest with either the Contracting Officer or the Protest Decision Authority. (e) Service upon the Contract Law Division shall be made as follows: U.S. Department of Commerce Office of the General Counsel Chief, Contract Law Division Room 5893 Herbert C. Hoover Building 14th Street and Constitution Avenue, N.W. Washington, D.C. 20230. FAX: (202) 482-5858 1352.233-71 GAO AND COURT OF FEDERAL CLAIMS PROTESTS (APR 2010) (a) A protest may be filed with either the Government Accountability Office (GAO) or the Court of Federal Claims unless an agency protest has been filed. (b) A complete copy of all GAO or Court of Federal Claims protests, including all attachments, shall be served upon (i) the Contracting Officer, and (ii) the Contract Law Division of the Office of the General Counsel, within one day of filing a protest with either GAO or the Court of Federal Claims. (c) Service upon the Contract Law Division shall be made as follows: U.S. Department of Commerce Office of the General Counsel Chief, Contract Law Division Room 5893 Herbert C. Hoover Building 14th Street and Constitution Avenue, N.W. Washington, D.C. 20230. FAX: (202) 482-5858 (End of clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/NB6710000-18-01213/listing.html)
 
Place of Performance
Address: Contractor's facility, United States
 
Record
SN04798714-W 20180126/180124231601-436cdbcb67f80ab42ef40abd6aec52ef (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.