Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 5, 2000 PSA #2740
SOLICITATIONS

58 -- AMPLIFIED SPEAKER FOR USE WITH UHF TACTICAL RADIO

Notice Date
December 1, 2000
Contracting Office
MILSATCOM Terminals Program Office ESC/MCK (MITRE Bldg "D") 50 Griffiss Street Hanscom AFB, MA 01731-1620
ZIP Code
01731-1620
Solicitation Number
F19628-00-R-0061
Response Due
December 15, 2000
Point of Contact
Bill Donaldson, Contract Specialist, (781) 271-6091
E-Mail Address
Click Here to E-mail the POC (bill.donaldson@hanscom.af.mil)
Description
Description: (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) Solicitation F19628-00-R-0061 is issued as a Request for Proposal (RFP). (iii) This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 97-20. An IDIQ contract is anticipated to result from this solicitation. (iv) This action has been designated a 100% Small Business Set-aside, the NAICS Code for this acquisition category is 3342. (v) CLIN 0001 -- Tactical UHF SATCOM Amplifier/Speaker (Best Estimated Quantity 400; Maximum Quantity 800); (vi) Descriptive Data: The amp/speaker shall be electrically compatible with all Receiver/Transmitter (R/T) types of the AN/PSC-5 family and the Multi-Band, Multi-Mission Radio (MBMMR) as manufactured by Raytheon Systems Corporation, Fort Wayne, IN. The amp/speaker shall include cabling (defined later) to interface with the R/T handset connector and a user-provided +24 VDC power source. A user-supplied handset or headset, for use in noisy environments, may be used with the amp/speaker, and should function normally with or without amp/speaker power applied. The handset will be type H-250( )/U or equivalent. The headset will have compatible (same as H-250) microphone and PTT interfaces and nominal 150 Ohm or greater earphone impedance. An amp/speaker local handset volume control shall be provided. The amp/speaker (with connected handset/headset) shall present an impedance equal to at least 90% of the handset/headset impedance, at DC ground potential, to the R/T receive audio circuits, with the local handset volume setting at maximum. In transmit, the handset/headset PTT line closure to ground and handset/headset microphone audio shall be transferred to the R/T directly. In transmit mode, the R/T supplied sidetone shall be provided to the handset/headset earphone, and the amplified speaker output (even when power is applied) shall be muted. In receive mode, the R/T receive audio shall be provided to the connected handset/headset at the level set on the R/T (nominally in the 0 to 1.5 Vrms range, depending on R/T volume setting), when the local handset volume control is at maximum. When powered on, receive audio shall also be amplified (with less than 5% distortion as an objective), to drive the internal loudspeaker. A separate speaker volume control on the amp/speaker shall be provided to set speaker loudness level. The amp/speaker shall provide an acoustical output sound pressure level (SPL) of 90 dBA at a distance of 1 meter, given an R/T receive audio input level of 0.6 Vrms at 1 kHz, and shall handle higher inputs of up to 2 Vrms without degradation to the unit. The audio response of the amplifier and loudspeaker shall pass the nominal 300 to 3000 Hz voice bandwidth of the R/T with minimum degradation, and as an objective shall be +/- 5 dB in acoustic SPL (unweighted) relative to that at 1 kHz over that frequency range. The minimum speaker volume setting shall be at least 50 dB less than maximum level and the speaker output shall be turned off completely with the amplifier power switch. A power ON indicator shall provide indication of operational status. Power from the user-provided power source shall be 24 +5/-2 VDC, available at peak currents up to 0.75 Ampere maximum. The interface cable(s) shall be ten feet nominal in length, with mating connectors from the amp/speaker to the R/T handset connector, and for power from the amp/speaker to the power source. The handset/headset audio interface connector mounted on the amp/speaker shall be the conventional military audio connector common to H-250( )/U handset interfaces, type MC-283F-1-025-1 or equivalent, for transmit audio (pin D), receive audio (pin B), push-to-talk (pin C), and common return (pin A). The plug on the interface cable from the amp/speaker to the R/T handset interface shall be type U-229( )/U or equivalent, with the same pinout. The power interface cable connector to the power source shall be type MS3116F8-2P or equivalent, with pin A +24 VDC and pin B ground. Amp/speaker physical dimensions shall be compatible with a maximum volume of 150 cubic inches as an objective. Weight shall be less than 8 pounds as an objective. Environmental capabilities shall include an operating temperature range f -- 30 Degrees Celsius to +55 Degrees Celsius, with -- 30 Degrees Celsius to +70 Degrees Celsius as an objective, and a non-operating range of -40 Degrees Celsius to +70 Degrees Celsius. Other environmental characteristics shall include operation in up to 95% relative humidity, including condensation, operating altitude of 15,000 feet and non-operating altitude of 40,000 feet, and sand and dust environments. Cooling shall be by free convection only. Items to be supplied with the amplifier/speaker include the audio and power interface cables and an operation and maintenance manual. (vii) Delivery of items shall be shipped to (FOB Destination in CONUS) starting not later than 60 days after contract award. Interested offerors shall submit technical proposals consisting of statement of capabilities, product literature, technical features, and warranty provisions which clearly show they comply with the government's minimum technical requirements. Offerors are advised to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certificates-Commercial Items, with the proposals. Technical acceptability will be determined by information submitted by the offeror providing a description in sufficient detail to show that the product quoted meets the government's requirement. The government does not restrict the offeror from proposing more than one product that will meet the requirements of this solicitation. (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial applies to this acquisition. For item b(6), include a listing of price by CLIN, to include price breaks by quantities ordered or any other volume order discount. This listing will include price per item by government fiscal year (October 1st to September 30th) for each CLIN. (ix) 52.212-2, Evaluation-Commercial Items, based on the following criteria: Mission Capability Factors: Subfactor 1: ability to meet the technical specifications of this RFP, Subfactor 2: delivery schedule, Subfactor 3: warranty provisions, Subfactor 4: Past Performance Factor -- previous contracts executed for proposed/similar speaker, Subfactor 5: Price and price related factors, considered in descending order of importance as listed here. In addition, when all other factors are combined they are more important than price. The government will select a technically superior offer if it is determined that the additional technical merit is worth the additional cost in relation to the other proposals received. Furthermore, the government may reject any or all offers if such action is in the public interest and waive informalities and minor irregularities in offers received. Technical capability will be determined from the information submitted by the Offeror providing a description in sufficient detail to show the product offered meets the government's requirements. The government intends to make a single award to the responsible offeror whose bid is most advantageous to the government. (x) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, complete this provision and submit with offer. (xi) FAR 52.212-4 Contract Terms and Conditions-Commercial Items applies to this acquisition. (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items, Clause 52.212-5 paragraph b is tailored to include the following clauses by reference: 52.203-6 Alt 1, 52.222-35, 52.222-36, 52.222-37, 52.225-1, 52.225-3 Alt 1, and 52.232-33. (xiii) The following clauses are included by reference and include the entries as follows: 52.216-18, Ordering- Insert, "From contract award to sixty (60) days after contract award" in the blanks; 52.216-19, Order Limitations -- Insert, in paragraph a.) "quantity of one (1) item"; Insert in paragraph b.)(1) "the maximum quantities listed in item #17 (iv) of the solicitation"in the blank; Insert in paragraph b.)(2) "the maximum quantities listed in item #17 (iv) of the solicitation" in the blank; Insert in paragraph b.)(3) "seven (7) days" in the blank; 52.216-22, Indefinite Quantity-Insert, in paragraph (d) "Sixty (60) months after contract award" in the blank. (xiv) N/A (xv) N/A (xvi) All responses to this Request for Proposal shall be in writing. Include Federal Tax Identification number on your bid. Offerors shall hold bid price firm for 30 calender days from the bid opening date. The closing date for receipt of offers is 1400 hours EST on 15 November 2000. (xvii) Responses shall be mailed to the following address: ESC/MCK, 202 Burlington Road, Bedford MA, 01739, ATTN: Mr. Joseph Zimmerman/Mr. Bill Donaldson. Responses may also be handcarried to the following address: MITRE Corporation, BLDG M (Main Lobby), 202 Burlington Road, Bedford MA, 01730-1420 ATTN: Mr. Joseph Zimmerman/Mr. Bill Donaldson, ESC/MCK. Respondents to this RFP shall identify whether they are a large or small business and provide their company's name, address, telephone number and a Point of Contact (POC). Any proprietary information submitted shall be identified as such. An Acquisition Ombudsman, Colonel Joseph B. Magnone, Director, Commander's Staff, has been appointed to hear concerns from offerors or potential offerors during proposal development. You should only contact the Ombudsman with issues or problems you cannot satisfactorily resolve with the program manager and/or contracting officer. The Ombudsman role is to hear concerns, issues, and recommendations and communicate these to the appropriate government personnel. The Ombudsman will maintain strict confidentiality if desired. The Ombudsman does not evaluate proposals or participate in source selection. You can contact the Ombudsman at (781) 377-5106. See numbered Note 1.
Web Link
ESC Business Opportunities Web Page (http://www.herbb.hanscom.af.mil)
Record
Loren Data Corp. 20001205/58SOL004.HTM (D-336 SN5078E7)

58 - Communication, Detection and Coherent Radiation Equipment Index  |  Issue Index |
Created on December 1, 2000 by Loren Data Corp. -- info@ld.com