SOLICITATION NOTICE
58 -- Remote System for PRC-150 Radio - PRC-150 Remote Setup
- Notice Date
- 9/14/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for Pennsylvania, Department of Veteran & Military Affairs, Annville, Pennsylvania, 17003-5003
- ZIP Code
- 17003-5003
- Solicitation Number
- W912KC-17-T-0003
- Archive Date
- 10/7/2017
- Point of Contact
- Raymond C Folweiler, Phone: 7178616872
- E-Mail Address
-
raymond.c.folweiler.mil@mail.mil
(raymond.c.folweiler.mil@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Attachment 1 Company information sheet Combined Synopsis Solicitation PRC-150 Remote Setup PRC-150 Remote Setup SOW Remote system for PRC-150 Radio consisting of: QTY: 2 Description: Fiber Optic Isolator, 100Base FX,1300nm optics QTY: 2 Description: AC Power Supply, 80-250vac in, 9vDC @ 1A outQTY: 2 Description: Kit, Ethernet Link, USB Data, RF-7800R QTY: 1 Description: Remote Control, DOD, FII, FIII W/KDU SPKR QTY: 2 Description: Battery Eliminator, FIII Transceiver QTY: 1 Description: Cable Assy, SYNC/ASYNC This equipment must to be able to remotely control a Harris PRC-150 radio over existing fiber optic cable. The radio will reside in a separate building where the antenna is located. The new operations center doesn't have the space needed for the existing HF antenna and must relay from the existing antenna on top of the adjacent building. The fiber between the new operations center radio and the antennae is less than 2 miles and is single mode. Operators need to remotely control this radio without losing any of the functionality that an operator would have by having the radio in front of them. All equipment used must be DoD approved for this model of radio. DETAILED REQUIREMENTS 1) Must be able to remotely control all functions of the Harris PRC-150 radio over fiber optic cable. 2) Must be able to connect two Harris PRC-150 radios located in different buildings over 1000 apart. 3) Capable of using single mode fiber optic cable. 4) All equipment must be compatible with Harris PRC-150 radio, model number RT-1694D (P)(C/U), with firmware version Firmware Version 1.7. DETAILED VENDOR REQUIREMENTS: Must be able to supply equipment capable of operating with Harris PRC-150 and meeting all other specified requirement. Vendors must quote all items to be considered for award. WILL ACCEPT BRAND NAME EQUAL OR BETTER SUPPLY. If the offeror is offering a Brand name or equal supply then FAR provision 52.211-6 applies. The Contracting Officer will evaluate equal products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Brand name equal products must, at a minimum, meet or exceed all of the following salient characteristics as the requested equipment: See Statement of Work The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. 52.204-18, 52.209-10, 52.211-6, 52.219-7, 52.222-50, 52.223-18, 52.232-33, 52.232-39, 52.233-3, 52.233-4,52.222-3, 52.222-19 The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. DFARS Clauses 252.203-7000,252.232-7010,252.232-7003,252.204-7012,252.204-7004,252.209-7991,252.225-7001,252.203-7999, 252.225-7035ALT I,252.209-7999 52.247-48 Vendor is required to send specifications, and photos of the item in order to ensure that the product is correct or compatible with existing equipment. POC LTC Raymond C. Folweiler IV email raymond.c.folweiler.mil@mail.mil Questions must be submitted NL 22SEP17 1100 AM EST Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA36/W912KC-17-T-0003/listing.html)
- Place of Performance
- Address: BUILDING / FACILITY, JEOC, Building 0-34, Fort Indiantown Gap, Annville, PA 17003, Annville, Pennsylvania, 17003, United States
- Zip Code: 17003
- Zip Code: 17003
- Record
- SN04679151-W 20170916/170914233317-93a6d6296aa5d2f592804fd62ae51ce4 (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 |