Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 20, 2001 PSA #2940
SOLICITATIONS

58 -- SHIPBOARD PBX SYSTEM

Notice Date
September 18, 2001
Contracting Office
Military Sealift Command, Pacific, Code N-10, 140 Sylvester Road, San Diego, CA 92106-3521
ZIP Code
92106-3521
Solicitation Number
N31980-01-R-2317
Response Due
September 21, 2001
Point of Contact
Patricia Settles at fax: 619-553-7695 or email: pat.settles@msc.navy.mil
E-Mail Address
Pat Settles (pat.settles@msc.navy.mil or joann.yamane@msc.navy.mil)
Description
Provide three (3) Private Branch Exchange (PBX) systems for shipboard use. Solicitation N31980-01-R-2317, Closing date: 21 Sep 2001, 2:00 P.M., Pacific Time. Point of Contact: Patricia Settles, Contract Specialist, Phone 619-553-0152, Fax 619-553-7695. This procurement is unrestricted and issued as a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Proposals are being requested and a separate written solicitation will not be issued. Solicitation N31980-01-R-2317 applies and is issued as a Request for Proposal. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-11. North American Industry Classification System Code is 33429. This requirement is for a fixed priced contract for three systems for USNS NIAGARA FALLS, USNS CONCORD, USNS SAN JOSE. The following characteristics are minimum requirements for each system: a. 165 Analog stations (provisioning for 400) and 20 Digital display stations with speaker (provisioning for 45) b. connection to public address system (1MC) c. provision for 8 analog trunks d. all critical call processing circuitry must be fully redundant e. group pickup f. class of service restriction g. trunk routing restrictions h. long distance calls only with authorization number i. trunk group routing j. full call accounting or CDR (call detail recording) k. call forwarding l. trunk camp-on m. executive override n. call parking o. distinctive ringing without special phones p. audible alarm for malfunction q. capability to connect to international lines r. compatibility with loop start or ground start analog trunks s. administrative/maintenance terminal t. emergency power fail transfer switch u. commercial technical manual, one paper copy and one copy on CD v. basic and advanced training for 2 people w. detailed recommended spare parts list with associated pricing x. uninterruptible power supply with compatible 4-hour battery backup y. 30 station voicemail system with 15 minute recording time per line with integrated Auto Attendant z. Computer with monitor and printer aa. The vendor shall supply evidence of an ability to provide worldwide support direct from manufacturer with specific focus on the following locations: San Diego, Pearl Harbor, Guam, Singapore, Yokosuka, Japan. bb The system and peripheral hardware shall be currently supported by the U.S. Navy supply system. cc. Formal training on system operation and maintenance shall be available within 30 miles of the Naval facilities at Norfolk, Virginia and San Diego, California. dd. The system must be supplied in a single metal enclosure and provide attachment points for shock/vibration mounting. ee. Telephones, modems, data sets, computers and all other peripheral hardware shall be capable of being securely mounted to any vertical or horizontal surface in a manner that will prevent any part of the device from becoming a projectile. ff. The system shall be compatible with existing analog telephones and no new wiring shall be necessary. gg. The system shall support automatic diagnostics with automatic dial out and reporting to a remote support site via a VPN device. Ship's crew must be able to monitor all remote actions via the local computer terminal with the ability to locally terminate any action. hh. The system shall support the swapping of cards in a hot mode with no limitations on location. ii. The system shall support analog, two-wire digital and ISDN services. jj. The system shall be capable of upgrading from TDM to VoIP by changing out no cards in the control shelf. kk. The system shall be capable of operating in a mixed TDM and VoIP mode. ll. The system, with appropriate circuit packs, must support both VoIP stations and trunks. Delivery Schedule. Items to be received at destination on the following dates: USNS NIAGARA FALLS, 20 November 2001 USNS SAN JOSE, 07 January 2001 USNS CONCORD, 07 January 2001 Place of delivery: MSC Balboa Avenue Training Site (MSCBATS), 9234 Balboa Avenue, San Diego, Ca 92193. Each system shall be marked with the requisition number, ship's name and contract number. The provision at FAR 52.212-1, Instructions to Offerors Commercial Items applies. Addendum to FAR 52.212-1: Paragraph (h), Multiple Awards, delete the entire paragraph. Substitute with "Single Award". The Government plans to award a single contract resulting from this solicitation. Award will be made to the responsible offeror whose proposal, conforming to the solicitation, is determined to be the best value to the Government, technical, performance risk, price and other factors considered. .All evaluation factors other than price when combined are approximately equal to price. The following factors shall be used to evaluate offers: (1) Technical including past performance and (2) Price. To determine technical acceptability of the proposed product, offerors shall submit as part of their proposal, a technical narrative no more than two pages to describe (1) Past performance within the last three years. Provide three references (company name, point of contact, phone number or e-mail address) to whom offeror has provided the product required by the solicitation. (2) Describe parts support, world wide technical support, periodic training support of new shipboard personnel. Describe experience with providing products for shipboard application; (3) Maintenance and Repair: Describe mean time between failure (MTBF), mean time to repair (MTTR), programming ease, remote diagnostics, mass storage (type), technical manual useability. (4) Compatibility. Describe compatibility with Inmarsat B system and existing shipboard phones. (5) Describe capability of the offeror's product to meet the characteristics in paragraphs a through ll. (6) Describe product's marine/ shipboard ruggedized capability and ISDN capability. (7) Describe offeror's product guarantee. Government Credit Purchase Card (GCPC) will be used as a payment method for this contract. Invoice submission shall be specified in the contract award document. The provision at FAR 52.212-2, Evaluation Commercial Items applies. Offerors are required to complete and include a copy of the following provisions with their proposal (copy of the following provisions may be obtained by down loading a copy from the internet address http://www.arnet.gov/far or http://farsite.hill.af.mil: FAR 52.212-3, Offeror Representation and Certifications-Commercial Items; DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items 252-225-7000, Buy American Act and Balance of Payments Program Certificate; Also, DFARS 252.204-7004, Required Central Contract Registration. Clause FAR 52.212-4, Contract Terms and Conditions Commercial Items applies. Add the following addendum clause, FAR 52.211-5, Material Requirements; and provisions: FAR 52.215-5, Facsimile Proposals. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items applies with the following applicable clauses for paragraph (b): FAR 52.222-13 Compliance with Davis-Bacon and Related Act Regulations (FEB 1988), FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports for Special Disabled and Vietnam Era Veterans; FAR 52.225-18, European Union Sanction for Services; FAR 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items, applies with the following clauses applicable to paragraph (b): DFARS 252.225-7001, Buy American Act and Balance of Payments Program; DFARS 252.227-7015, Technical Data Commercial Items; DFARS 252.227-7036 Buy American North American Free Trade Agreement Implementation Act Balance of Payments Program; DFARS 252.227-7037, Validation of Restrictive Markings on Technical Data; Proposals must be received no later than 2:00 p.m. Pacific Time, 21 September 2001. Proposals should be submitted to: Military Sealift Command, Pacific, ATTN: Patricia Settles, 140 Sylvester Rd., Building 139, San Diego, CA, 92106-3521 by electronic transmission (e-mail), 3 floppy disk or facsimile. The acceptable electronic format for proposals include Word 6.0/95, Word 7.0/97, Excel 5.0/97 or Adobe Acrobat 3.0 WIN (.pdf). Supplemental information may be provided in either hard copy or electronic format. If any part of the offer is submitted in other than the foregoing formats, offeror must provide all required software for "Read Only" capability. Offerors shall remove all password protection from their proposals.
Web Link
http://www.cbdnet.access.gpo.gov (http://www.cbdnet.access.gpo.gov)
Record
Loren Data Corp. 20010920/58SOL002.HTM (W-261 SN50Y073)

58 - Communication, Detection and Coherent Radiation Equipment Index  |  Issue Index |
Created on September 18, 2001 by Loren Data Corp. -- info@ld.com