Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 09, 2019 FBO #6468
SOLICITATION NOTICE

58 -- POLICE RADIO DISPATCH CONSOLE

Notice Date
8/7/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office (NCO) 10;6150 Oak Tree Blvd., Suite 300;Independence OH 44131
 
ZIP Code
44131
 
Solicitation Number
36C25019Q1286
 
Response Due
8/13/2019
 
Archive Date
11/11/2019
 
Point of Contact
Rachelle J. Hamer
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Page 11 of 11 Combined Synopsis Solicitation: Police Radio Dispatch Console General: 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 notice constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is 36C25019Q1286 and is issued as a Request for Quote (RFQ). This solicitation document incorporates provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-03, effective July 12, 2019. This procurement is a 100% Service Disabled Veteran Small Business (SDVOSB) set-aside and only qualified contractors may submit quotes. This requirement will be awarded on all-or-none basis. The applicable North American Industry Classification System Code (NAICS) is 334220 and the small business size standard is 1,250 employees. Line items: ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 60.00 EA Portable Radio No Keyboard Funding/Req. Number: 1 541-19-3-2505-0038 0002 10.00 EA Console Desk Mounted Unit Funding/Req. Number: 1 541-19-3-2505-0038 0003 1.00 EA BDA Radio Signal Booster Funding/Req. Number: 1 541-19-3-2505-0038 0004 1.00 EA Dispatch Console Funding/Req. Number: 1 541-19-3-2505-0038 0005 45.00 EA Encrypted Police Radio Funding/Req. Number: 1 541-19-3-2505-0038 0006 8.00 EA Encrypted Mobile Police Car Radios Funding/Req. Number: 1 541-19-3-2505-0038 0007 1.00 EA UHF Repeater Funding/Req. Number: 1 541-19-3-2505-0038 0008 6.00 EA Console Control Radio for Surrounding Police, Fire and Disaster Agencies Funding/Req. Number: 1 541-19-3-2505-0038 0009 1.00 JB Installation Funding/Req. Number: 1 541-19-3-2505-0038 GRAND TOTAL Statement of Work: PURPOSE: The purpose of this Statement of Work (SOW) is to develop a firm fixed price purchase order to be used by Cleveland Veterans Affairs Medical Center (CLE VAMC) for purchasing a Police Radio Dispatch Console. SCOPE: The Contractor shall provide the radio console to the CLE VAMC. TECHNICAL REQUIREMENTS: Police Dispatch Console Portable Radio No Keyboard Transmitter 800/900 Frequency Range 806-825 MHz, 851 -870 MHz, 896-902 MHz, 935-941 MHz Channel Spacing 12.5,25* kHz Adjacent Channel 60dB(12.5kHz channel) 70dB(25*kHz channel) Frequency Stability +_ 0.5ppm Receiver 800/900 Analogy Sensitivity 12dB SINAD 0.16 uV (0.22 uV for 800/900 band) Digital Sensitivity 55 BER 0.14 uV (0.19 uV for 800/900 band) Intermodulation TIA603D 70dB Analog and Digital Man down/Emergency button Black holder for radio Noise-Cancelling remote speaker microphone with 3.5mm audio jack. Console Desk Mounted Unit Band 800/900 Frequency806-825 MHz,851-870 MHz,896-902 MHz,935-941 MHz Low Power Output High Power Output 10-35 W (800)10-30 W (900) Channel Spacing 12.5, 25* kHz Channel Capacity 32 Transmitter: 800/900 Channel Spacing 12.5, 25* kHz 4FSK Digital Modulation 12.5 kHz Data: 7K60F1D and 7K60FXD, 12.5 kHz Voice: 7K60F1E and 7K60FXE, Combination of 12.5 kHz Voice and Data:7K60F1W Digital Protocol ETSI TS 102 361** Reciever 800/900 Analog Sensitivity (12dB SINAD) 0.22 uV Digital Sensitivity (5% BER) 0.19 uV Intermodulation (TIA603D) 70 dB Adjacent Channel Selectivity, (TIA603A)-1T60 dB (12.5 kHz channel),70 dB (25* kHz channel) Adjacent Channel Selectivity, (TIA603D)-2T45 dB (12.5 kHz channel),70 dB (25* kHz channel) Spurious Rejection (TIA603D) 70 Db BDA Radio Signal Booster Signal Booster Frequency 406-430 MHz Passband bandwidth 0.9 MHz Minimum gain 45/60/80 dB Gain adjustment programmable 0-30dB, 0.5dB increments 3rd order output intercept point +55 dBm minimum with no attenuation Maximum input power 0 dBm RF sampler Pa Output sampler port Noise figure without attenuation 8dB max Propagation delay <0.5 s Indoor Antenna UHF band 380-520 MHz Ultra-thin plastic radome size 311mm and protrudes 9.5 mm below ceiling Max VSWR of 2:1 RoHS compliant UL94-VO flammability requirements 500 MM coax pigtail assembly with N-female connector Antenna Room Mount Maximum rated wind velocity 100mile/h Tuning method Tessco or Field tune Specific Frequency 406-420 MHz Gain dBi 2.1 dBi Polarization Vertical Maximum VSWR 1.5:1 Gain dBd 0dBd RF connectors N Male Lightning Protection DC Ground Maximum power 100W Dispatch Console Shall support 1 to 4 console positions. Shall have separate audio unit at each console position. Shall provide monitors and push to talk functions. Shall have Displays key radio, telephone, paging and signaling resources on one screen, access them all at the touch of a button. Shall have multi-group call. Shall have repeater Enable/Disable function Shall have AMBE+2 enhanced full rate vocoder with improved forward error correction FEC and noise reduction, audio quality in noisy environments. Shall have alert tone Generation. Shall have encryption enable/disable function. Fully redundant and self-healing function. Shall have GPS and Mapping function. (For future needs) Shall capture audio on a logging recorder or IRR instant recall recorder. Shall configure different window sizes, web browser objects, map backgrounds, custom buttons, colors, fonts, button icons, and more with one, simple-to-use application. The Administrator shall be able develop unlimited screen configurations and assign them to any or all dispatch positions as required by business needs, and also develop a look that mirrors a legacy system to help reduce dispatcher training time. Shall be able to use standard computers, network switches, and routers, simplifying procurement and configuration, sparing maintenance, and reducing life-cycle costs. Shall have (for future needs) VoIP solution because all components can be distributed over a LAN/WAN infrastructure using standard Ethernet technology, without the need for a centralized TDM (Time Division Multiplex) switch. Shall have system element which permits the capability to observe detailed system behavior including audio diagnostics, console states, and component health. Log files created for each major subsystem allow deeper diagnostic analysis if necessary. Encrypted Police Radio Transmitter: UHF Range Frequency Range/Bandsplits 380-470 MHz Channel Spacing 25/12.5 kHz Maximum Frequency Separation Full Bandsplit Rated RF Output Power Adj1 1-5 Watts Max RECEIVER - TYPICAL PERFORMANCE SPECIFICATIONS Receiver: UHF Range Frequency Range/Bandsplits 380-470 MHz Channel Spacing 25/12.5 kHz Audio Output Power at Rated1 500mW Supported Encryption Algorithms AES Encryption Algorithm Capacity 8 Encryption Keys per Radio Module capable of storing 1024 keys. Programmable for 48 Common Key Reference (CKR) or 16 Physical Identifier (PID) Encryption Frame Re-sync Interval P25 CAI 300 mSec Encryption Keying Key Loader Synchronization XL Counter Addressing OFB Output Feedback Encryption Type Digital Key Storage Tamper protected volatile or non-volatile memory Key Erasure Keyboard command and tamper detection Standards FIPS 140-2 Level 3; FIPS 197 Features Dual mode Analog/Digital Full bitmap color LCD display 3 lines of text x 14 characters, 1 line of icons, 1 menu line x 3 menus, white backlight Backlight keypad, 3 soft keys, 4 direction navigation key, home and data buttons. Wireless Bluetooth GPS/GLONASS for outdoor location tracking Embedded digital signaling Intelligent priority scan Man down Software key Submersible housing 2 hours Audio 0.5 W high audio speaker, 2-mic noise canceling technology Radio holder Black leather basket weave on swivel and detachable from belt loop with cord and snap closure to fit above radio. Remote speaker microphone with Dual Mic Noise Suppression, 3.5mm threaded jack, Volume Control, 1-Programmable Button and Orange Button Encrypted Mobile Police Car Radios Transmitter UHF Range Dual mode Digital/Analog Frequency Range/Bandsplits 380-470 MHz Channel Spacing 25/12.5 kHz Maximum Frequency Separation Full Bandsplit Rated RF Output Power (Adjustable)*10-40 W Receiver UHF Range Frequency Range/Bandsplits 380-470 MHz Channel Spacing 25/12.5 kHz Maximum Frequency Separation Full Bandsplit Audio Output Power 3% distortion, 8/3.2 Ohm speakers 7.5/15 W Analog Sensitivity* 12 dB SINAD Digital Sensitivity 5% BER Integrated GPS/GLONASS for outdoor location tracking Supported Encryption Algorithms AES Encryption Algorithm Capacity Single Encryption Keys per Radio Module capable of storing 1024 keys. Programmable for 64 Common Key Reference (CKR) or 16 Physical Identifier (PID) Encryption Frame Re-sync Interval P25 CAI 300 mSec Encryption Keying Key Loader Synchronization XL Counter Addressing, OFB Output Feedback Vector Generator National Institute of Standards and Technology (NIST) approved random number generator Encryption Type Digital Key Storage Tamper protected volatile or non-volatile memory Key Erasure Keyboard command and tamper detection Standards FIPS 140-2 Level 3 FIPS 197 Features Dual Analog/Digital Large color display with intelligent lighting 3 lines of text 14 characters max 1 line of icons, 2 line of menus Night/Day mode button UHF Repeater Transmitter Frequency Range 380-524 MHz Power Output C4FM, FM: 2-110 W, H-DQPSK, LSM: 2-100 W Electronic Bandwidth Full Bandwidth Modulation Fidelity 5% EVM N/A Intermodulation Attenuation 65 dB Spurious and Harmonic Emissions Attenuation 90dB Analog FM Hum and Noise 12.5 kHz 25 kHz 45db,50db Analog Audio Distortion Less than 2% (1% typical) at 1000 Hz Receiver Frequency Range 380-524 MHz Analog Sensitivity (12 dB SINAD) 12.5 kHz: 118 dBm 25 kHz: -117 dBm Digital Sensitivity 1% Bit Error Rate Static (BER) 64 QAM 16 QAM QPSK N/A Digital Sensitivity 5% Bit Error Rate Static (BER) C4FM H-CPM 118 dBm 116 dBm Intermodulation Rejection 85dB Digital Adjacent Channel Rejection 60dB Analog Adjacent Channel Rejection (EIA603) Analog 12.5 kHz 75dB Analog Adjacent Channel Rejection (TIA603D) Analog 12.5 kHz 50 or 60 dB (adjustable) Analog 25 kHz 80dB Spurious and Image Response Rejection 85dB- 100dB** Analog Audio Response +1, -3 dB from 6 dB per octave de-emphasis; 300-3000 Hz referenced to 1000 Hz at line output Analog Audio Distortion 3% or 5% (adjustable Analog FM Hum and Noise 12.5 kHz 45dB 25 kHz 50dB Intermediate Frequency 1st: 73.35 MHz, 2nd: 2.16 MHz Console Control Radio for Surrounding Police, Fire and Disaster Agencies Transmitter 700MHz and 800MHz Frequency Range/Bandsplits 764-776 MHz,794-806 MHz,806-824 MHz,851-870 MHz Channel Spacing 25/12.5 kHz Rated RF Output Power (Adjustable)* 10-30 W 10-35 W Receiver 700MHz and 800MHz Frequency Range/Bandsplits 764-776 MHz 851-870 MHz Channel Spacing 25/12.5 kHz 25/12.5 kHz Features Large color display with intelligent lighting Night/Day mode button DELIVERY and INSTALLATION: Materials provided shall be new equipment, parts, and accessories as specified in the SOW. The contractor shall deliver materials to the job site in OEM's original unopened containers, clearly labeled with the OEM's name, equipment model and serial identification numbers, and Purchase Order (PO) number. The contractor shall be responsible for inventorying materials prior to delivery to VA facility to check for accuracy in quantity and part number. The CLE VAMC shall identify and provide limited daily storage of contractor parts/supplies at the time of delivery and reject items that do not conform to this requirement. All on-site installation services shall be contractor-provided by technical staff (not sales reps) fully trained to service and install radio console products, parts, and accessories as specified in the SOW. DISPOSAL of WASTE: The contractor shall provide, maintain, and dispose all material waste and packaging associated with the radio console products and/or waste generated during the installation services. The contractor shall be responsible for moving waste materials from job site(s) to a contractor-provided waste container, and then off site. MAINTENACE and WARRANTY: The contractor shall provide details of standard warranty. Contractor shall indicate availability and cost of extended parts warranty options. The contractor shall provide on-site maintenance for unscheduled repairs within 24-48 hours for all carts and electrical components. TECHNICAL SUPPORT: The contractor shall supply 24/7/365-hour phone technical support for the duration of ownership of the equipment. Response time for parts and labor shall be no more than 24 hours available 24/7. The contractor shall supply all updates to systems for 5 years since system will not be on network infrastructure but will be in future. TECHNICAL TRAINING: The contractor shall provide technical training for overall maintenance and service of technical staff to include factory service training courses (if Applicable). Training shall include Facility Engineering from the facility. Training shall include tuition, hotel, meals, and travel expenses for factory-based training if training cannot be conducted at the DAY VAMC. The contractor shall provide any special service tools and/or test equipment comparable with that provided to the OEM s service personnel. PERIOD OF PERFORMANCE: The Period of Performance shall be 60 Days ARO. DELIVERY AND SHIPMENT INFORMATION: The contractor shall provide the following for shipment and delivery of equipment: The CLE VAMC is equipped with a loading dock; suggested box truck with lift gate for versatility with delivery. The FOB shall be destination All items and services shall be shipped and or coordinated with the following, may include but not limited to these locations: Louis Stokes Cleveland VAMC 10701 East Blvd. Cleveland, OH 44106 Packaging must protect the outside surfaces from scratches and dents. Packaging must stabilize and fully secure the equipment to protect damage to the compressor and refrigeration parts. Labeling must indicate position of equipment in crate to keep it righted. Delivery made to VA main warehouse, Logistics Service. GOVERNMENT HOLIDAYS: National holidays observed by the Federal Government are as follows: New Year's Day 1 January Martin Luther King's Birthday Third Monday in January President's Day Third Monday in February Memorial Day Last Monday in May Independence Day 4 July Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day 11 November Thanksgiving Day 4th Thursday in November Christmas Day 25 December If a holiday falls on Sunday, the following Monday will be observed as the National Holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a National Holiday by the U.S. Government agencies. Also included would be any day specifically declared by the President of the United States of America as a National Holiday. 4. Applicable Provisions and Clauses: The following clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions - Commercial Items, with the following added as addenda to the clause, Addendum to 52.212-4 Contract Terms and Conditions-Commercial Items; 52.219-18; 852.203-70; 852.211-70; 852.219-10; 852.232-72; 852.246-71; 852.246-71; 52.212-4; FAR 52.252-2, http://www.acquistion.gov/far/index.html, and http://www.va.gov/oal/library/vaar/index.asp/ (end of addendum 52.212-4) 52.203-17; 52.204-4; 52.204-9; 52.204-13; 52.232-40; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (of which 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.223-18, 52.225-1, 52.225-13, and 52.232-34 are applicable). The following provisions apply to this acquisition: 52.212-1, Instructions to Offerors-Commercial; 52.216-1, firm-fixed price; 52.232-38; 52.233-2; 852.233-70; 852.233-71; 852.252-70; http://www.acquistion.gov/far/index.html, and http://www.va.gov/oal/library/vaar/index.asp/ (end of addendum 52.212-1) 52.204-7; 52.212-2; 52.212-3. 5. Offer Evaluation and Award. This is a competitive Request for Quotations (RFQ) that will be evaluated under FAR Part 12 and 13. The Government will issue a Firm-Fixed Price Purchase Order resulting from this solicitation to the responsible offeror whose offer conforms to the requirements within this solicitation and will be the most advantageous to the Government. Best Value will be how the quotes are evaluated. The following factors will be used in evaluation: Technical; Delivery; Past Performance (CPARS); and Price. An Offeror s initial quote shall contain the best terms from a price and technical standpoint. Offerors are reminded that representatives from your company SHALL NOT contact any CLE VAMC personnel to discuss this RFQ during the solicitation and evaluation process. 5. Procedure for submitting documents to the Department of Veterans Affairs. DOCUMENTS THAT ARE TO BE PROVIDED TO THE CONTRACTING OFFICER WILL BE SUBMITTED USING THE APPROPRIATE VEHICLE BELOW. email: rachelle.hamer@va.gov 6. Submission of Offer. All information shall be submitted in the manner described below and offerors who do not submit all information may not be considered for award. Set-Aside Requirement: Only verified SDVOSB firms are eligible to submit an offer or receive an award of a VA contract that is set-aside for SDVOSBs or VOSBs in accordance with VAAR Part 819. A non-verified vendor that submits a bid or proposal should be rejected as non-responsive or technically unacceptable as listing in VIP is not self-correctable as a minor informality as, for example, a listing in SAM. All other purported SDVOSBs and VOSBs must apply for and receive verified status in accordance with 38 CFR Part 74 and be listed in VIP prior to submitting a bid or offer on an acquisition conducted in accordance with VAAR Part 819. The VIP database will be checked both upon receipt of an offer and prior to award. Contractor shall provide an authorized distribution letter. The Contractor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor, or authorized Contractor reseller for the proposed equipment/system such that the OEM warranty and service are provided and maintained by the OEM. All warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. The Contractor shall provide new items ONLY; no remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Quote must be good for 90 calendar days after close of this Combined Synopsis Solicitation. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. FOB shall be destination. Quotes are to be broken out to include line item pricing for each line item. RESPONSES ARE DUE: Tuesday, August 13, 2019 at 5PM EST. Offers will only be accepted electronically via e-mail to rachelle.hamer@va.gov. Enter RFQ 36C25019Q1286 | Police Radio Dispatch in the email subject line. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (07-AUG-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/BreVAMC/VAMCCO80220/36C25019Q1286/listing.html)
 
Place of Performance
Address: Louis Stokes Cleveland;10701 East Blvd.;Cleveland, OH
Zip Code: 44106
Country: USA
 
Record
SN05396204-F 20190809/190807230035 (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.