Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 14, 2010 FBO #3154
SOLICITATION NOTICE

58 -- AM Radio Upgrade - Sole Source AM Radio upgrade

Notice Date
7/12/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, California, 94535-2632, United States
 
ZIP Code
94535-2632
 
Solicitation Number
F3Z3510126AC02
 
Archive Date
8/4/2010
 
Point of Contact
Thomas Adams, Phone: 707-424-7743, Elizabeth A Squires, Phone: 707-424-7761
 
E-Mail Address
thomas.adams@travis.af.mil, elizabeth.squires@travis.af.mil
(thomas.adams@travis.af.mil, elizabeth.squires@travis.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Sole Source AM Radio Upgrade 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; proposals are being requested and a written solicitation will not be issued. The solicitation number is F3Z3510126AC02; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-44 8 Jul 10, Defense DCN 20100623 and AFAC 2010-0420 20100420. The North American Industry Classification System (NAICS) code is 334220. The business size standard is 750 employees. The Federal Supply Class (FSC) is 5820. The Standard Industrial Classification (SIC) is 3663. Travis AFB intends to award a purchase order for the following items CLIN 0001: (1) One DR2000 Platinum Server Software License. Includes a license for 1 stand alone computer. Software package includes Windows NT based GUI software with custom mapping of each HAR location, phone number programming and dial-up communications card. Installation is sold separately. Designed for operation on a dial-up, touch-tone telephone line or on a high-speed, point to point digital communications network. For the digital interface, a DCC, must be used to connect the DR2000 software to the HAR broadcast site. DCC is provided separately. Part # PLAT-SERVER-LIC CLIN 0002: (1) One Transmitter Control Module The TCM Provides variable DC drive voltage to the DRTXM4 transmitter so that the RF output power can be varied from 0.1 to 30 Watts. Inputs digital power level codes from the DR1500 and outputs digital data on measured (1) Forward Power, (2) Reflected Power, (3) VSWR, and (4) Modulation which is displayed on the front panel and is available for remote status reports. Uses AC power when available and automatically switches to battery power when AC power is not available. Part # TCM CLIN 0003: (1) One Digital Communications Controller Digital Communications Controller Module (Spare/RMA). The DCC-1 allows the user to connect to a HAR using touch tone telephone and/or various serial digital interfaces. The DCC-1 allows for additional closed loop feedback when utilized with the DR2000 software control. This allows for monitoring of the HAR's status in the field. The DCC-1 has the capability to notify the user that there is a fault condition and that the HAR is not operating properly, thus minimizing HAR downtime and increasing system reliability. Part # DCC-1-W CLIN 0004: (1) One Tower Server Tower server for hosting DR2000 Central Control HAR workstation software, includes flat screen monitor. Part # DR2000-SERVER CLIN 0005: (1) One Commissioning by Vaisala Field Engineer Includes installation of new Platinum Server, TCM module in HAR, testing and commissioning of hardware/software into operation. Includes 4 hours of user training,post installation field strength measurements, and all travel and out-of-pocket expenses. Does not include charges for permits. Assumes ULOCO clearances have been obtained and that HIS labor can be used without restrictions. Part # SVC3350 CLIN 0006: (1) One Dialogic System Includes Dialogic card, speaker, microphone, and cords. Part # DR2-DSP-CARD-SYS CLIN 0007: (1) One Yearly Extended Maintenance Contract - Per Year, After First Year Covers Platinum software and Server hardware. Award shall be made in the aggregate, all or none. The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in FAR 52.212-1 Instructions to Offerors -- Commercial Items. FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999): (a) The Government will award a contract 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: Lowest Price Technically Acceptable. FAR 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items. FAR 52.212-4 Contract Terms and Conditions - Commercial Items will be incorporated into any resultant Purchase Order by reference. FAR 52.212-5 (Dev) Contract Terms and Condition Required to Implement Statues or Executive Orders-Commercial Items (Deviation). FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies. FAR 52.222-21 Prohibition of Segregated Facilities. FAR 52.222-26 Equal Opportunity. FAR 52.222-36 Affirmative Action for Workers with Disabilities. FAR 52.222-50 Combating Trafficking in Persons. FAR 52.233-4 Applicable Law for Breach of Contracts. DFARS 252.204-7003 Control of Government Personnel Work Products. DFARS 252.225-7001 Buy American Act and Balance of Payments Program. DFARS 252.225-7002 Qualifying Country Sources as Subcontractors. DFARS 252.232-7003 Electronic Submission of Payment Request. DFARS 252.247-7023 Alt III Transportation of Supplies by Sea, Alternate III. FAR 52.219-28 Post-Award Small Business Program Representation. FAR 52.252-2 Clauses Incorporated by Reference, with the following two fill-ins: http://www.arnet.gov/far and http://farsite.hill.af.mil. FAR 52.252-6 with the following fill-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2. DFARS 252.212-7001 (Dev) Contract Terms and Conditions Deviation. AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substance. AFFARS 5352.201-9101 Ombudsman. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Please send any questions to thomas.adams@travis.af.mil or fax to 707-424-5189 NO LATER THAN 16 Jul 2010, 12:00 PM, PST and email or fax your bid NO LATER THAN 20 Jul 2010 at 12 pm PST. Point of contact is Thomas Adams, TSgt, Contract Specialist, telephone 707-424-7743. Alternate POC is SSgt Elizabeth Squires, Contracting Officer, telephone 707-424-7761.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/60CONS/F3Z3510126AC02/listing.html)
 
Place of Performance
Address: Travis AFB, Travis AFB, California, 94535, United States
Zip Code: 94535
 
Record
SN02202126-W 20100714/100712234330-90cb6566c31923a22288c09fa2095ad3 (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.