Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 23, 2010 FBO #3102
SOLICITATION NOTICE

58 -- Digital Video Surveillance Systems

Notice Date
5/21/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of Justice, Federal Bureau of Investigation, Quantico Contracts Unit, FBI Engineering Research Facility, FBI Academy, Quantico, Virginia, 22135
 
ZIP Code
22135
 
Solicitation Number
RFQE010332
 
Archive Date
6/12/2010
 
Point of Contact
Margaret D Einspahr, Phone: 703-985-6638
 
E-Mail Address
meinspahr@fbiacademy.edu
(meinspahr@fbiacademy.edu)
 
Small Business Set-Aside
N/A
 
Description
PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information in this request. This announcement constitutes the only solicitation. This procurement is being conducted under Federal Acquisition Regulation parts 12 and 13. The Federal Bureau of Investigation is issuing this acquisition as a Request for Quote (RFQ) under solicitation number E010332. The NAICS Code for this requirement is 334220, Radio and Television Broadcasting and Wireless Communication Equipment Manufacturing. The resultant contract will be a firm fixed price contract. This is a Name Brand or Equal requirement. If an equal item is proposed, the specifications for all items required must be included with the quote to show that it is an equal item. A general overview, general comparison, or statement such as "able to provide the requirements" or "meets or exceeds minimum requirements" is unacceptable and will not be evaluated for potential acceptance. Requested Items: RFQE010332 Brand Name: Ceragon Line Model Number & Description Quantity 1 SFP-GE-SX, SFP Optical Interface 1000Base SX 80 2 IP10-N-AUX, IP-10 IDU Ethernet Only, with EOW+UC+ Alarms 80 3 IP10-SL-CAP-200, 200m Capacity License 80 4 IP10-SL-ACM License 80 5 RFU-HS-7-300A-1W5-TH, 7.195GHz, sep+300MHz, ch A2 Tx High 30 6 RFU-HS-7-300A-1W5-TH, 7.405GHz, sep+300MHz, ch A9 Tx High 10 7 RFU-HS-7-300A-1W5-TL, 7.405GHz, sep+300MHz, ch A9 Tx Low 10 8 RFU-HS-7-300A-1W5-TL, 7.195GHz, sep+300MHz, ch A2 Tx Low 30 9 VHLP2-7W-3GR, 2-foot antenna, 7GHz, standard interface- Andrew 80 10 15SP7-8-WG-int, 1500SP waveguide interface 80 11 15SP-Pole Mount Kit 80 12 WAVEGUIDE-7_8-4FT, Flex WG 1.2m 80 13 RF748, Enatel RF748, 48VDC, 12A, IU Power Supply 80 14 PolyView Software & License for 20 Network Element, Model # Poly View NMS 1 Based on market research utilizing information obtained via market surveys, the internet, and discussions with industry representatives, it has been determined that the FBI's requirement can only be provided by Ceragon, as they are the only company manufacturing equipment meeting the requirements: (1) Full compatibility with the NTIA 7125-8500 MHz Channel Plan for 30 MHz Paired Channels; (2) Frequency Division Duplex (FDD) with simultaneous 200MB throughout in both directions; (3) IP based with internal switch, requiring no additional accessory equipment; (4) Ability to upgrade to a fully protected 1+1 network in the future on a case-by-case basis if necessary. Shipping Instructions: Shipping under this requirement shall be FOB destination. Items shall be delivered to Quantico, VA. Submission Instructions Responses shall be submitted via electronic submission to Margaret D. Einspahr, via email: meinspahr@fbiacademy.edu. The due date for responses to this RFQ is on or before May 28, 2010 at 10:00 am Eastern Time. Responses must be marked as follows: RFQ E010332. All questions regarding this requirement must be submitted to Margaret D. Einspahr via email by 10:00 am May 25, 2010. Responses will be posted to this website. Quotes shall include a point of contact (including phone number, fax number and email address), contractor DUN's number and TIN number. ALL QUOTES MUST BE VALID FOR 60 DAYS. Terms and Conditions: This RFQ incorporates the provisions and clauses that are in effect through Federal Acquisition Regulation Circular 2005-41. The provision at FAR Clause 52.212-1, Instructions to Offerors (June 2008) and addendum are incorporated into this solicitation. Addendum to 52.212-1, Modify: (b) Submission of offer(s) is to read as follows: "Submit offers electronically to meinspahr@fbiacademy.edu. Provision 52.212-2, Evaluation - Commercial Items (Jan 1999) and Provision 52.211-6 Brand Name or Equal (Aug 1999) apply to this solicitation and are incorporated by reference. Award will be made based on the lowest priced technically acceptable (LPTA) offer. Provision 52.212-3 Offeror Representations and Certifications-Commercial Items (Aug 2009) is incorporated. Contractors may submit their online Representations and Certifications Application (ORCA) at the following government portal: http://orca.bpn.gov. Clauses 52.212-4 Contract Terms and Conditions-Commercial Items (Mar 2009), and 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Apr 2010), apply to this solicitation. The following additional clauses under FAR 52.212-5 are applicable: 1) 52.203-6 Restrictions on Subcontractor Sales to the Government (Alt.1) ; (10) 52.219-8, Utilization of Small Business Concerns ; (11) 52.219-9, Small Business Subcontracting Plan; (12) 52.219-14, Limitations on Subcontracting; (13) 52.219-16, Liquidated Damages-Subcontracting Plan; (19) 52.222-3, Convict Labor ; (20) 52.222-19, Child Labor-Cooperation with Authorities and Remedies; (21) 52.222-21, Prohibition of Segregated Facilities; (22) 52.222-26, Equal Opportunity; (23) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (24) 52.222-36, Affirmative Action for Workers with Disabilities; (25 ) 52.222-37, Employment Reports on Special Disabled Veterans; (25) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (30) 52.225-1, Buy American Act-Supplies; (31) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act; (33) 52.225-13, Restrictions on Certain Foreign Purchases; (38) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; (41) 52.239-1, Privacy or Security Safeguards. The awardee shall be registered in the Central Contractor Registration Database. Full text of the FAR clauses can be found at: http://www.acqnet.gov/far.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/FBI/ECU15/RFQE010332/listing.html)
 
Place of Performance
Address: Quantico, VA, Quantico, Virginia, 22135, United States
Zip Code: 22135
 
Record
SN02156646-W 20100523/100521235146-04b6b0247090116ea3614a5192d767ba (fbodaily.com)
 
Source
FedBizOpps 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.