Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 28, 2005 FBO #1249
SOLICITATION NOTICE

D -- Airborne Network System Integration Laboratory

Notice Date
4/26/2005
 
Notice Type
Solicitation Notice
 
NAICS
334210 — Telephone Apparatus Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 375th Contracting Squadron, 201 East Winters Street Building 50, Scott AFB, IL, 62225-5015
 
ZIP Code
62225-5015
 
Solicitation Number
Reference-Number-F3ST815087A1
 
Response Due
5/2/2005
 
Archive Date
5/17/2005
 
Small Business Set-Aside
Total Small Business
 
Description
The 375th Contracting Squardron at Scott AFB IL is comtemplating an award for a Portable GSM Phone System (or equal). This is a commercial purchase using FAR Part 12 procedures. The following information, as required per FAR 12.603?(2) applies: (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. (ii) The solicitation number is F3ST815087A100, and is being issued as a Request for Quotation (RFQ). (iii) The solicitation document, incorporated provisions, and clauses are those in effect through the Federal Acquisition Circular 2005-01 and the Defense Federal Acquisition Regulation Supplement DCN 20050222 Edition. (iv) This requirement is 100% small Business set-aside. The associated North American Industrial Classification System code is 334220. (v) CLINS: 0001, Qty 1 EA - 1 x T1/E1 PCI Module (see description for minimum requirement) 0002, Qty 1 EA SGSN/GGSN SPRS Software License (Supporting up to 1000 subscribers) includes 6 month warranty 0003, Qty 1 EA GPRS Training (1 day course - GPRS configuration and installation. Includes system setup, software configuration and system commissioning (for up to 4 persons). (vi) Minimum requirements: (1) All features of the system must operate in a standalone configuration with all voice and data processing handled within the unit. (2) The system must support GPRS data and SMS messaging. (3) The system must support a minimum of seven simultaneous voice and/or data calls cell-to-cell, cell-to-network, or cell-to-public switched telephone network (PSTN) and be expandable beyond seven with additional transceivers. (4) The system must support the following codecs: G.711, G.723.1, G729A&B and GSM FR & EFR. (5) The system must support multiple FXO ports. (6) The system must support T1/E1 with multiple ISDN switch types to include 5ESS, DMS100 and NI1. (7) The system must support multiple ETHERNET ports. (8) The system dial plan must be flexible and allow multiple inbound and outbound telephone prefixes to be assigned and provide call routing based on prefix with digit appending and/or stripping capabilities. (9) The system must be remotely manageable via WEB Interface. (10) The system must support Circuit Switched Data Calls using Sectera Type 1 encrypted telephones. (11) Rack mounted controller should use no more than 2 U?s of rack space in a standard 19? equipment rack and weigh no more than 10 lbs. (12) The system software must be fully restorable using an external drive or flash memory card. (13) Transceiver must weigh no more than 8 lbs and be wall and/or ceiling mountable. (14) The system must send user a message identifying locally assigned phone number. (15) The system software must operate on a common Intel x86 based computer platform. (16) The system must interoperate with Microsoft, Cisco and Quintum H.323/SIP VoIP clients, gateways and gatekeepers. (17) The system must generate detailed call records and fault logs that can be exported to external network management systems. (18) The system must be available and delivered to user within 30 days from assignment of contract. (vii) The Government desires FOB Destination, Scott AFB IL within 30 days after receipt of award. Offerors must provide warranty information specific to all equipment. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Provisions and clauses can be viewed throgh Internet access at the Air Force FAR Site, http://farsite.hill.af.mil. Change Subparagraph (b) (4) to include the following: If quoting "or equal" items, offeror must submit complete technical literature demonstrating product equivalency for review. Subparagraph (b)(7) is changed to read: Any resulting contract will be subject to FAR 52.232.33 Mandatory Information for Electronic Funds Transfer Payment. The FAR provision 52.212-2, evaluation -- Commercial Items, applies to this acquisition. Paragraph (a) is completed as follows: Award shall be made to the lowest priced technically acceptable offer. ADDENDA TO 52.212-1: PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITH YOUR QUOTE: 1. DUNS Number ______________ 2. TIN Number ________________ 3. CAGE Code ______________ 4. Payment Terms (net 30) or Discount ______________ 5. Delivery - after receipt of award _____________ 6. Business Size (i.e. small, women-owned, etc _______________ 7. Point of Contact and Phone Number _____________________ 8. Fax Number ________________ 9. Email address ________________________ 10. FOB (destination or origin) _________________ TECHNICAL CAPABILITY INFORMATION: Provide descriptive literature that details the capabilities of the products offered. This informaation will be used to determine the technical acceptability of the products offered. (ix) Evaluation of quotes will be conducted using Simplified Acquisiton Procedures per FAR Part 13.106. The evaluation criteria are: technically acceptable and low price. (x) OFFERORS MUST INCLUDE WITH THEIR PROPOSAL A COMPLETED COPY OF THE PROVISION AT 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS AND DFARS 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATION, COMMERCIAL ITEMS WITH THEIR QUOTE. Offerors may complete a copy of the Provision at FAR 52.212-3 Offeror Representations and Certifications Commercial Items on-line at http://orca.bpn.gov. If accomplished on-line, please indicate. (xi) The clause at 52.214-4 Contract Terms and Conditions -- Commercial Items applies. (xii) The clause at FAR 52.212-5 (Deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies. FAR 52.233-3, Protest after Award;, FAR 52.222-26, Equal Opportunity;, FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterams;, FAR 52.225-13, Restrictions on Certain Foreign Purchases;, FAR 52.225-15, Sanctioned European Union Country End Products; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; (xiii) The following provisions and clauses also apply and, in accordance with FAR 52.252-1 and FAR 52.252-2, are incorporated by reference: 52.203-3, Gratuities, 52.204-4 Printed or Copied Double-Sided on Recycled Paper, 52.219-3, Notice of Total HUBZone Set-Aside 52.227-2 Notice and Assistance Regarding Patent and Copyright Infringement 52.242-13 Bankruptcy 52.243-5 Changes and Changed Conditions 252.203-7001 Prohibition On Persons Convicted of Fraud or Other Defense-Contracted Felonies 252.225-7012 Preference for Certain Domestic Commodities 252.225-7036 Buy American--Free Trade Agreement--Balance of Payments Program 252.232-7003 Electronic Submission of Payment Requests 252.246-7000 Material Inspection and Receiving Report Quotes may be faxed to the attention of Judy Haeffner at (618)256-5237 or emailed to judy.haeffner@scott.af.mil. Quotes are due no later than 4:00 p.m. CST on 02 May 2005. For information regarding this solicitation contact Judy Haeffner at (618)256-9255.
 
Place of Performance
Address: 203 W LOSEY STREET, SCOTT AFB IL
Zip Code: 62225-5233
Country: UNITED STATES
 
Record
SN00795901-W 20050428/050426212118 (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 |
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.