Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 19, 2001 PSA #2770
SOLICITATIONS

58 -- REMOTE DATA TRANSMISSION SYSTEM

Notice Date
January 17, 2001
Contracting Office
Defense Threat Reduction Agency, Albuquerque Field Operations, Acquisitions (AMA), 1680 Texas St., SE, Kirtland, AFB, NM 87117-5669
ZIP Code
87117-5669
Solicitation Number
CPT019940569
Response Due
January 23, 2001
Point of Contact
Emelda M. Armijo, Contract Specialist, 505/846-8457 or Patricia M. McDaniel, Contracting Officer, 505/846-8799
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12, Acquisition of Commercial Items and FAR 13.5 -- Test program for Certain Commercial Items, and supplemented with additional information included in this notice. This announcement constitutes the solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation incorporates provisions and clauses effective through Federal Acquisition Circular FAC #97-21 and DFARS Changes Notice 20001213. This requirement is for full and open competition. Applicable NAICS 334220 and Size Standard is 750 employees. A Remote Data Transmission System (RDTS) has been engineered from multiple components to provide long-haul, real-time high-explosive test data and video requiring the following minimum capabilities: 25 mile transmission range; capable of supporting NTSC quality video; transmissions must be secured by a NSA approved encryption device; must be capable of controlling existing data acquisition and timing/firing software; and must be expandable, to include 3 cameras, Data Acquisition System (DAS), and triggering and firing (T&F) controls at each of two test sites. The system is based around four major, compatible components as follows: Video compression/analog-to-digital conversion devices; Data encryption devices; Transmission devices; and protocol switches/routers. Line Item 001- Microwave Transmission System to include: Radios (2 each), Antennas (4 each), Mount and peripheral hardware (4 each), License (2 each), Survey/Setup (1 each), Model: Long-Haul Microwave or equal. The bandwidth requirement (3+ Mbps) of the V-Brick Codec and the protocol requirement (ATM) of the KG-175 encryption device dictate the specification of the transmission system: ATM protocol at faster than 30 Mbps. Line Item 002 -- Encryption Device to include: Equipment (2 each), Training (2 each), Ancillary Kit (2 each), (this encryption device must be NSA approved and operates above 15 Mbps on copper wire, Model TACLANE KG-175 or equal. Line Item 003 -- Codec, can be used with standard TV monitors and no external computer interfaces and can be connected directly with wire or fiber, Model: V-Brick 3200 or equal. Line Item 0004 -- ATM Switches, must allow easy expansion, setup, provide a software package that allows users to troubleshoot and reconfigure the system on-site, Model: AAC-2 or equal. This is brand name or equal requirement. If quoting other than brand name product, the offeror must provide the manufacturer's brand model or part number along with a technical description of the item(s) being offered in sufficient detail to evaluate compliance with the requirements of this announcement. This may include product literature, specification sheets, cuts, illustrations, drawings or other documents if necessary. Deliver required is 30 days after issuance of a purchase order. Delivery shall be FOB: Destination to the Defense Threat Reduction Agency/TDT, Nevada with final inspection and acceptance at destination. The following FAR provisions, clauses, and addenda apply to this acquisition: 52.211-6 -- Brand Name or Equal; 52.212-1 -- Instructions to Offerors -- Commercial Items; 52.212-2 -- Evaluation -- Commercial Items. The government will award a purchases 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 following factors shall be used to evaluate offers: (1) technical capability or the item(s) offered to meet the Government requirement. Technical acceptability will be determined solely on the content and merit of the information submitted in response to this provision, (2) lowest priced brand name product, (3) past performance -- offeror shall provide with their quote three Government or private industry references complete with Point of contact, Phone Number, Amount of Contract, and items provided. Offerors must include with their offer a completed copy of the provisions at FAR 52.212-3 -- Offeror Representations and Certifications -- Commercial Items. 52.212-3 Offeror Representations and Certifications -- Commercial Items (Offerors must submit a complete copy of the Representation & Certifications with their offer); 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, and with the following applicable FAR clauses: 52.222-3 -- Convict Labor, 52.222-26 -- Equal opportunity, 52.222-35 -- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36 -- Affirmative Action for Workers with Disabilities;52.222-37 -- Employment Reports on Disabled Veterans and Veterans of the Vietnam Era ; 52.225-3 -- Buy American Act -- Supplies; 52.225-13 -- Restriction on Certain Foreign purchases; 52.232-34 -- Payment by Electronic Funds Transfer- other than Central Contractor Registration; 52.232-35 -- Designation of Office for Government receipt of Electronic Funds Transfer information; 52.232-25 -- Prompt Payment; 52.232-33 -- Payment by Electronic Funds Transfer -- Central contractor Registration; 52.233-1 -- Disputes; 52.233-3 -- Protest after award; 52.237-2 -- Protection of Government Buildings, Equipment and Vegetation, 52.243-1 Changes -- Fixed Price; 52.246-1 -- Contractor inspection Requirement; 52.246-16 -- Responsibility for Supplies; 52.247-34 -- FOB Destination, 52.249-4 -- Termination for Convenience of the Government (Fixed-Price)(short From). Additionally each offer shall include a completed copy of Defense FAR Supplement (DFARS) provision 252.212.7000 -- Offeror Representations and Certifications -- Commercial Items. The following clauses apply DFARS 252.212-7001 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions for Commercial Items, paragraph (b); 252.204-7004 -- Required Central Contractor Registration; 252.225-7001 -- Buy American Act and Balance of Payment Program; 252.225-7012 -- Preference for Certain Domestic Commodities; 252.225-7016 -- Restriction on Acquisition of Ball and Roll Bearings (Alternate I)(Section 8064 of pub. L. 106-259); 252.247-7023 -- Transportation of Supplies by Sea (10 U.S.C.2631) and 252.247-7024 -- Notification of Transportation of Supplies by Sea. Additional Contract requirements are as follows: (1) Vendors shall extend to the Government the full coverage of any standard commercial warrant normally offered in a similar commercial sale provided such warranty is available at no additional cost to the Government; (2) include a delivery schedule and the discount/payment terms; (3) include name of and be signed by an authorized company representative along with telephone number, facsimile number; (4) include taxpayer identification number (TIN), Cage Code Number, and Duns number; (5) in accordance with DFARS 204-73, Vendors must be registered in Central Contractor Registration (CCR). For solicitations issued after 31 May1998, DoD will no longer award contracts to vendors not registered in the CCR data base. Registration may be done by accessing the CCR via the Internet at http://www.ccr2000.com. This is a DO-A70 rated order. This acquisition will be processed in accordance with Simplified Acquisition Procedures and Test Program for Certain Commercial Items. Offers are to be forwarded to the following address by no later than 2:00 p.m., 23 Jan 01: Defense Threat Reduction Agency, Acquisition Management Albuquerque (AMA), Attn: Emelda M. Armijo, 1680 Texas Street SE, Kirtland AFB NM 87117-5669 (Faxed quotes are acceptable, 505-846-4246). The anticipated award date is 01 Feb 01. The Government may elect to award a single
Record
Loren Data Corp. 20010119/58SOL001.HTM (W-017 SN50B175)

58 - Communication, Detection and Coherent Radiation Equipment Index  |  Issue Index |
Created on January 17, 2001 by Loren Data Corp. -- info@ld.com