SOLICITATION NOTICE
58 -- KVM Opticial Fiber Extension transmitter & Receiver
- Notice Date
- 8/2/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334119
— Other Computer Peripheral Equipment Manufacturing
- Contracting Office
- N00244 NAVSUP Fleet Logistics Center San Diego Seal Beach Office 800 Seal Beach Blvd. Bldg 239 Seal Beach, CA
- ZIP Code
- 00000
- Solicitation Number
- N0024411T0346
- Response Due
- 8/9/2011
- Archive Date
- 8/24/2011
- Point of Contact
- Rachel McFarland 562-626-7319
- E-Mail Address
-
click here to contact contract specialist
(Rachel.McFarland@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items using Simplified Acquisition Procedures at FAR 12.6, 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 (http://www.fedbizopps.gov) and NECO (http://www.neco.navy.mil/). The RFQ number is N00244-11-T-0346. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-53 and DFARS Change Notice 20110629. It is the contractor s responsibility 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 334119 and the Small Business Standard is 1000. This is a competitive unrestrictive action. The NAVSUP Fleet Logistics Center (FLC), San Diego Seal Beach Div requests responses from qualified sources capable of providing the following Brand Name or equal Thinklogical equipment: ITEM 0001-5EA KVM, Optical Fiber Extension Transmitter-Rack mounted VEL 24 DVI 2 Displays, HID, Multimode, TX, ST; P/N VEL-H00M24-STTX; ITEM 0002-10EA Multi-mode fiber optic peripheral cabling kit-using industry-standard connectors, Multimode 3 Fibers 1000M, Optics; P/N VOP-M02; ITEM 0003-5EA KVM, Optical Fiber Extension Receiver-rack mounted, VEL 24 DVI 2 Displays, HID, Multimode, RX; P/N VEL-H00M24-STRX. (SEE ENCLOSED SYSTEM DRAWING ATTACHMENT) Delivery F.O.B. Destination to NAS Key West, FLA 33040. Delivery Date Within 30 Days after receipt of order. Provide information required by FAR 52.211-6 when submitting offers for brand name or equal products. Vendors should clearly identify the item quoted by brand name, if any; and make or model number; include descriptive literature such as illustrations, drawings, or technical information that demonstrates, through its proposal, the ability to meet all requirements as stated in the Specifications. Unless the offeror clearly indicates in its offer that the product being offered is an equal product, the offeror shall provide the brand name product referenced in the solicitation. Salient Requirements/Critical Features-- KVM Extension System Equipment BACKGROUND--Naval Air Station Key West, Florida on Boca Chica Key has a missions operations debrief system requirement upgrade for the Key West Tactical Training Range (KWTTR) facility. KWTTR is the Navy s premier air-to-air fighter pilot training range. There are over 25,000 square miles of controlled airspace. The facility utilizes the state of the art P5 Combat training system/Tactical Combat Training System which can simultaneously track over 100 aircraft while providing live monitoring and control of operation missions in real time. The Mission Operations Debrief System upgrade involves replacing outdated Debrief, Audio/Video system equipment, requiring remote Keyboard Video Monitor (KVM) applications, with modern, more reliable equipment components. KVM Extension System components shall be supplied from the same contractor to insure system interface/compatibly, and compatibility with other range upgrades, and Mission Operations Debrief System components. REQUIREMENTS--The contractor shall provide: Five (5) rack mounted Transmit (TX) and Receive (RX) KVM extension systems, and Five (5) Multi-mode fiber optic peripheral cabling kits - using industry-standard connectors for each TX/RX systems. KVM extension systems shall be used in applications requiring peripheral support (via optical fiber) that are up to 1,000 feet away from the controlling computer securely and without loss of resolution. The TX/RX KVM extension systems shall support: PS2, full duplex stereo audio, serial (RS-232), USB 1.1 (HID) and USB 1.1, USB 2.0 (up to 480 Mbps), IEEE 1394 (9-pin FireWire) device ports, USB HID only (USB keyboards, mice, and tablets are supported), and Automatic Fail-Over. KVM Extension Systems shall have simple TX/RX designs for straight-forward installations and connected with contractor supplied multi-mode fiber optic cables. Local KVM functionality shall be available at the TX. Transmission distances are not anticipated to be greater than 1,000 feet and within a single building or facility. Signal routing over this distance shall have near no degradation of video or peripheral signals, and KVM extension systems shall be near error-free with no frame or bit dropping completely immune to outside signal interference. Range personnel will perform all required installations activities. Training is not anticipated. Contractor in-house customer support is required via a contractor provided 1-800, telephone number. KVM EXTENSION SYSTEM REQUIREMENTS- Five (5) KVM, Optical Fiber Extension Transmitters (TX) rack mounted Five (5) Multi-mode fiber optic peripheral TX cabling kits - using industry-standard connectors Five (5) KVM, Optical Fiber Extension Receivers (RX) rack mounted Five (5) Multi-mode fiber optic peripheral RX cabling kits - using industry-standard connectors KVM extension systems shall support: PS2, full duplex stereo audio, serial (RS-232), USB 1.1 (HID) and USB 1.1 format options. SHIPPING--The contractor shall be responsible for delivery of all equipment to NAS Key West 33040. QUALITY ASSURANCE--The contractor shall provide ALL new (unused) equipment. Equipment shall be factory tested and ready to be assembled and integrated into the subject range system at delivery. WARRANTY REQUIREMENTS--The contractor shall provide the government with a one-year commercial warranty on all equipment including parts and service. During warranty period, the contractor shall provide technical phone support. A one-year warranty shall commence after the on-site customer acceptance of equipment. DOCUMENTATION-The contractor shall provide to the Government: operations manuals and support manuals. DRAWINGS--The contractor shall provide to the Government drawings on CD-ROM or via email in Adobe PDF format. At a minimum, system drawings shall include: (1) Cabling and equipment interconnections (2) Materials/equipment list with part numbers. Drawings shall be delivered concurrent with the delivery of the assets to the range. COMMERCIAL OFF-THE-SELF MANUALS--The contractor shall provide standard system descriptions, operations, maintenance manuals for all COTS equipment and Interface Control Document (ICD). At a minimum the manuals shall contain the following: (a) System wiring drawings and details, (b) Equipment serial number lists, (c) Equipment operation manuals, (d) ICD if applicable. The commercial manuals shall be delivered concurrent with the delivery of the systems to the range. The following FAR provisions and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors-Commercial Items; 52.212-2, EVALUATION COMMERCIAL ITEMS (JAN 1999); 52.212-3 ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.204-10-Reporting Executive Compensation and first Tier Subcontract awards; 52.211-6-Brand Name or Equal, 52.247-34, F.O.B. Destination; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items with the following clauses applicable to paragraph (b): 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.219-8, Utilization of Small Business Concerns; 52.219-28, Post-Award Small Business Program Re-representation, 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 Disabled 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 Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-39, Notification of employee Rights Concerning Payment of Union dues or Fees; 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration; Quoters are reminded to include a completed copy of 52.212-3 ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.212-7000, Offeror Representations and Certifications - Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7012, Preference for Domestic Commodities; 252.247-7023, Transportation of Supplies by Sea Alt I; 252.247-7024, Notification of Transportation of Supplies by Sea; N00244L332-UNIT PRICES- Contractor unit prices, when incorporated into a Government contract, will be released under the Freedom of Information Act (FOIA) without further notice. If the Contractor takes issue with the release, it should submit its proposal data with the appropriate legends and explain in detail why such data cannot be released as a public record under the Freedom of Information Act. Award will be made only if the offeror, the product/service or the manufacturer meets qualification/requirement at time of award. The Government intends to make a single award to the responsible offeror whose offer meets the technical requirements set forth above and provides the lowest price to the Government. At the discretion of the Contracting Officer, the government intends to evaluate proposals and award a contract without discussion with offerors. Each initial offer should therefore contain the Offeror s best terms and price. Quotes submitted as an attachment to an email should be sent in Word Version 6.0 or higher. Do not mail. Any questions regarding this solicitation should be forwarded via email to the contract specialist, Rachel McFarland, at Rachel.mcfarland@navy.mil. All quotes shall include price(s), delivery schedule, point of contact and phone number, GSA contract number if applicable, business size, FOB point, Cage code, Dunn and Bradstreet number, Tax Identification Number, and payment terms. Each response must clearly indicate the manufacturer and part number that is being quoted. Quoters must be registered in the CCR database. Registration is free and can be completed on-line at https://www.bpn.gov/ccrsearch. In addition, quoters shall complete an electronic Online Representations and Certifications Application (ORCA). ORCA can be found at https://orca.bpn.gov. Quotes must be received no later than 1:00 P.M., local time 8/02/2011 and will be accepted via fax 562-626-7275 or via e-mail rachel.mcfarland@navy.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/280/N0024411T0346/listing.html)
- Record
- SN02518451-W 20110804/110802235046-ef4082a29895ff1ccf5a16bf586749ac (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 |