Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 29, 2011 FBO #3353
SOLICITATION NOTICE

70 -- Analysis Software

Notice Date
1/27/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
N00244 FISC SAN DIEGO SEAL BEACH DETACHMENT 800 Seal Beach Blvd. Bldg 239 Seal Beach, CA
 
ZIP Code
00000
 
Solicitation Number
N0024411T0095
 
Point of Contact
Michael Oliva 562-626-7453
 
E-Mail Address
Michael Oliva
(michael.a.oliva@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00244-11-T-0095. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-49, and DFARS Change Notice 20110120. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm The NAICS code is 423430 and the Small Business Standard is $25M employees. This is a restrictive sole source action. The authority for this sole source action is FAR 13.106-1, for purchases not exceeding the simplified acquisition threshold, contracting officers may solicit from one source if the contracting officer determines that the circumstances of the contract action deem only one source reasonably available. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals or quotations received by the closing response date will be considered by the Government. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. FISC San Diego requests responses from qualified sources capable of providing: A radio coverage analysis software package required for studies and recommendations for existing equipment. Determined sole source is Radio Soft, Toccoa, GA. This notice is for information only and is not a request for proposals or a solicitation of offers. This is requirement is SOLE SOURCE REQUIREMENT PLEASE SEE ATTACHED SOLE SOURCE MEMORANDUM Item 0001 Analysis Software (Radio Soft Part Number: 2002) Quantity 2 each Specifications: - Ability to se custom antenna patterns - Analysis of talkout and talkback coverages - Ability to perform the following propagation studies of radio transmitters in a given area: Interference Studies Allocation Studies Frequency Finder-Find new frequencies Path Profile Studies for point-to-point systems analysis - Database of common radio transmitters - Antenna pattern editor to visualize and edit antenna patterns - Able to maintain database of antenna patterns, both common and custom grouped by Manufacturer and accessible through the software - Ability to set user created defaults ”users can configure software to match their typical needs to increase productivity and reduce repetitive tasks. - Ability to us user-defined study types for reuse - Complete GIS compatibility, including layered maps, geo look up, overlaying and Alpha blending - Use of the following layers: Terrain Layer Road Map Layer Satellite Photography Layer Topographic Map Layer Radio Layer-Call Signs and Contours Composite Map Layer Vector Layer-any shape file can be used User defined images Road Map Layer Topographic Map layer Composite map layer (multiple radios) User-defined images - Ability to use the following propagation models: Longley-Rice FCC and ITU Chart-based Free Space - Supported Bands: FM, VHF High/Low, UHF, 700/800, Microwave -Ability to use the following combiner models: Max Field Strength, Min FS, Most-likely Server, Differential FS among multiple radios, Average FS, Standard Deviation - Interference analysis based on TIA TSB-88c, including super-narrowband 6.25 kHz spaced radios -Kenwood/Icom NXDN ® Interference Ratios for 6.25 kHz radios - Multi-threaded operation to work on multiple models at a time while waiting for a calculation to finish. -Multi-processor support Item 0002 Terrain Data (Radio Soft Part Number: 2025) Quantity 2 each Specifications: -Terrain data should be accurate to 1 second for CONUS -Terrain data should be as accurate as possible for OCONUS Item 0003 Two Year Support and Warranty (Radio Soft Part Number: 2007) Quantity 2 each Delivery is FOB Destination. Product shall be delivered no later than 30 days after contract award. Inspection and acceptance will be performed at the destination by a government representative. All prospective offerors are cautioned that in the event the Government is unable to determine price reasonableness based upon the offers received and market analysis, the Government will not issue a contract. This decision is solely the decision and the right of the Government. All efforts performed and all costs expended by prospective offerors in providing information requested by the solicitation are not subject to reimbursement by the Government. The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.247-34, F.O.B. Destination; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items with the following clauses applicable to paragraph (b): 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies;52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disable Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52-222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disable Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.232-33, Payment by Electronic Funds Transfer- Central Contractor Registration. Quoters are reminded to include a completed copy of 52.212-3 and it ™s ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: NAVSUP 5252.232-9402, Invoicing and Payment (WAWF) Instructions. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, to include 252.225-7001, Buy American Act and Balance of Payments Program, and 252.232-7003, Electronic Submission of Payment Requests. The Government intends to award a firm-fixed contract. Quotes must be received no later than 12:00 PM PST on 02 February 2011. Contact: Michael Oliva email michael.a.oliva@navy.mil Procedures in FAR 13.106 are applicable to this procurement. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/280/N0024411T0095/listing.html)
 
Record
SN02368158-W 20110129/110127234400-1e7625347e1ab1aef6880d18fc285b7e (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.