SOLICITATION NOTICE
58 -- Digital T1 Multiplex Channel Band with Audio Processing Technology APTX100ED
- Notice Date
- 12/17/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of Justice, Federal Bureau of Investigation, Property Procurement and Management Section, 935 Pennsylvania Avenue, N.W., Washington, DC, 20535
- ZIP Code
- 20535
- Solicitation Number
- RFQ850699
- Response Due
- 12/30/2003
- Archive Date
- 1/14/2004
- Point of Contact
- Edith Young, Contracting Officer, Phone 703-339-2744, Fax 703-339-2750,
- E-Mail Address
-
eyoungfbi@aol.com
- 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; quotes are being requested and a written solicitation will not be issued. This solicitation is under the Simplified Acquisition Procedures (SAP) for Small Business-Small Purchase Set-Aside. This solicitation will be distributed solely through the General Services Administration's Federal Business Opportunities web site http:// fedbizopps.gov/. This site provides downloading instructions. All future information about this acquisition including solicitation amendments will also be distributed solely through this site. All questions in reference to this requirement shall be submitted via fax within five business days after this posting, all response will be posted on this site. The North American Industry Classification System (NAICS) is 33422 and the Business Size is 750 employees. This will be a Firm Fixed price One Time Buy for the acquisition of the following Brand Name (Harris Intraplex Products) ACS-163-A1C, T1 Channel Bank; all shall be with a quantity of 30 each of Equal items and quantities. This is a Request for Quotes--RFQ # 850699. This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 01-17. The manufacturer of this equipment is : Harris Corporation, Intraplex Products, Mason, OH 45040. This shall be a Firm Fixed-Price contract for the acquisition of the following items and quantities Brand Name or equal. If providing an or equal product the contractor shall be required to submit a bid sample for test and evaluation purposes. This will be returned to the contractor after award is completed. The items and quantities are identified as follows: ACS-163-A1C; T1 Channel Banks with IX-PSY 130AC Power Supply Y-Series 130 Watt AC (quantity of 30 each): 250 each 1X-DV -600 Secure Digital Voice Modules employing the Audio Processing Technology, APT-x coding scheme on a dual port channel card using a single 64 kilobit time slot to transport each 7.5 kHz wideband audio channel; 250 each IX-MA-506 2CH Voice Interface Term Module: 15 each IX-VF-15 2CH 2-Wire FXO Voice Cards; 15 each IX-VF-16A 2CH2-wire FXS Voice Cards; 30 each IX-MA-303 2CH Voice int RJ11 cards; 30 each IX-DS-961D SYNC DATA 5 PORT cards; 30 each IX--MA-404 5 Port RS232c interface modules; 2 each IX-SCM-1SNMP control modules; 2 each IX- MA-440 MA for SCM-1 module. The following are the minimum salient characteristics. Shall use APT-x-100 compression technology audio; input and output levels shall be adjustable via programming and not by mechanical DIP switches; audio shall adjust over a range and be equal to or better than a range of 12 dBm; each wide band channel shall have a 600 ohm input and output impedance; frequency response for the 7.5 kHz wideband channel shall be 5Hz to 7.5 kHz, +/-3.0 dB and 100 Hz to 7.0 kHz of +/-0.5 dB; maximum full load level of +15dBm (0 dBm= 0.8775 Vrms); shall have a dynamic range of greater than 63 dB; distortion total per channel including harmonic and noise; shall be less than 0.25% at 1 kHz with +8.0dBm input; imbedded coding scheme shall be16-bit linear conversion followed by 4:1 data compression algorithm as incorporated in the APT-x-100 digital signal processing chip; time delay or coding process delay shall be less than 16mS (including multiplexer delay of 1 mS); data rate shall be 64kbps per channel; each DV 600 channel shall process wideband Motorola Securenet tm audio with encrypted data error performance of less that 0.01% when tested with a Motorola test set Model R-2670 or equivalent; the host multiplexer shall operate in loopback for a test duration of (1)one minute; environmental operation range shall be 0-50 C; humidity 0%-90% non-condensing; AC power shall be required 115 volts AC; Channel bank shall incorporate redundant AC-Dc power supplies of no less that 100 watts each; physical characteristic and dimensions shall be 19" wide x 51/4" (3RU) high channel bank shelf with 18 physical slots for placement of 17 channel modules and one T1 line interface card with imbedded Channel Service Unit (CSU); CSU shall be in compliance with AT&T Pub 54016 and the generated performance report message as supplied over the T1 facility data link are to conform to ANSI T1.403 standard; shall have a status reporting systems employing simple network management protocol (SNMP) control modules to report real-time operational status; each channel bank shall have a five (5) port RS-232c configured data port module that is capable of operating up to and including 9.6 kbps synchronous data with a two (2) port standard ring-down telephone 2-wire phone extension service card. The above listed characteristics are intended to be descriptive, but not restrictive. Unless visibly marked that the vendor is quoting an "equal" the offered items shall be considered the brand name product as referenced in this announcement. If offering an equal product the brand name of the product furnished shall be clearly identified on the quote. The evaluation of quotes and the determination as to equality of the product shall be the responsibility of the Government and shall be based on information provided by the vendors. The Government is not responsible for locating or securing any information which is not identified in the quotation and reasonable to the purchasing activity. To insure that sufficient information is available, the vendor must furnish as part of their quote, all descriptive material necessary for the purchasing activity to determine whether the product meets the salient characteristics of this requirement. Vendors proposing to modify a product to make it conform to the requirements of this announcement, shall include a clear description of the proposed modification and clearly mark any descriptive material to show proposed modification- Warranty period shall be one year after acceptance. Additional warranty shall be estimated on an annual cost based upon five percent of the original equipment cost to calculate maintenance and upgrades. Destination shall be FOB Federal Bureau of Investigation Engineering Research Facility, Building 27958A Quantico, VA 22135. All quotes shall be mailed to the address listed in the announcement no later that 1:00 pm EST, December 30, 2003 and clearly marked with the RFQ # 850699. No hand carried quotes will be accepted. Faxed quotes will be accepted and are encouraged at 703-339-2750. The point of contact for information is Edith Young, Contract Specialist, at the address and phone number listed above. All potential bidders are hereby notified due to security requirements, Federal Express, DHL, UPS, deliveries for the FBI Headquarters facility are now received at an off-site location, therefore the normal response time of 10 days has been extended.. The FBI has allowed additional days from the release of the fedbizopps synopsis/solicitation for receipt of quotes. Vendors are hereby notified that if your proposal is not received by the date/time stated above, and at the specified location in this announcement, your quote will be considered late. The following clauses and provisions are incorporated by reference and apply to this acquisition. Full text clauses and provisions can be obtained at the following website http://www.acqnet.gov. FAR provision 52.212-1 Instruction to Offerors-Commercial Items (OCT 2003); FAR clause 52.212-4 Contract Terms and Conditions -Commercial Items (OCT 2003). FAR 52-212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders- Commercial Items (OCT 2003). The following FAR clauses apply to this requirement and are hereby incorporated by reference: FAR 52.203-6 Restriction on Subcontractor Sales t the Government ALT 1 (Oct 1995); FAR 52.204-7 Central Contractor Registration (OCT 2003);FAR 52.211-6 Brand Name or Equal (Aug 1999);FAR 52.219.1 Small Business Program Representations (Apr 2002); FAR 52.219-8 Utilization of Small Business Concerns (Oct 2000); FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26 Equal Opportunity (Apr 2002); FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (Dec 2001); FAR 52.222-36 Affirmative Acton for Workers with Disabilities (Jun 1998) FAR 52.225-3 Buy American Act-North American Free Trade Agreement Israeli Trade Act- (June 2003); FAR 52-232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003). Each offeror shall include a completed copy of the FAR provision 52.212-3 Offeror Representations and Certification Commercial Items (June 2003). FAR 52.212.2 Evaluation of Commercial Items( Jan 1999) are tailored to read as follows: The following factors shall be used to evaluate offers: Technical (technical design, capability of the items offered to meet the governments need) Past Performance and Price. Past Performance shall consist of : quality of product; customer satisfaction; and adherence to delivery schedule . To verify these past performance requirement each contractor shall provide at a minimum of three (3) names and telephone number of customer that have acquired the same or similar products for past performance evaluation. Technical and Past Performance , when combined, are significantly more important than price. The following Justice Acquisition Regulation (JAR) clauses are applicable to this acquisition and can be obtained in full text at: http://www.usdoj.gov/jmd/pe/jarinet.htm: JAR clause 2852.20180 Contracting Officers Technical Representative (COTR)(Jan 1985) Shall be supplied upon award; JAR 2852-233-70 Protest Filed Directly with the Department of Justice (Jan 1998); and JAR 2852.211.70 Brand Name or Equal (Jan 1985). All responsible offeror may submit a quotation which, if timely received shall be considered by the agency. The Government will award to the offeror whose offer is most advantageous to the Government based on evaluation factors as previously stated. Offerors are to submit provision 52.212-3 Offeror Representations and Certification-Commercial Items (June 2003) with their proposal. Offers are due by 12/30/03 at 1:00 pm EST to the address identified above. Proposals shall be submitted on the SF 1449 with one fax copy and one original via US mail. Hand deliveries are not accepted at any FBI locations. This information should be relayed to courier services. Please submit any question via fax with 5 days of this notice to my attention. It is the responsibility of the offeror to ensure that their proposal is received at or prior to the noted date/time in this announcement. Award will be made within five days after closing.
- Place of Performance
- Address: Quantico, VA
- Zip Code: 22135
- Country: USA
- Zip Code: 22135
- Record
- SN00491167-W 20031219/031217212013 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |