|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 18,1996 PSA#1723Defense Information Systems Agency, NCRCO, Code DN4, 701 South Court
House Road, Arlington, VA 22204-2199 60 -- PROTOCOL ANALYZERS-SYNCHRONOUS OPTICAL NETWORK
(SONET)/ASYNCHRONOUS TRANSFER MODE (ATM) TEST EQUIPMENT SOL
DCA100-97-R-0007 DUE 111896 POC Cynthia Murphy, Contract Specialist,
(703) 607-6889; George Robertson, Contracting Officer, (703) 607-4603.
Fax at (703) 607-4340/41. 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 REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. Sealed
offers in original and one (1) copy for furnishing the supplies will be
received at NCRCO, Attn: DN4 (Cynthia Murphy), 701 S. Court House Road,
Arlington, VA 22204-2199 until 2:00 p.m. (local time) 09 December 1996.
This acquisition for protocol analyzer systems is being issued as a
Request for Proposal (RFP) under solicitation DCA100-97-R-0007 and is
a total small business set-aside under SIC code 3825. The solicitation
document and incorporated provisions and clauses are those in effect
through Federal Acquisition Circular 90-32. The following is a
description of the protocol analyzer requirements to be acquired: 0001,
Purchase a minimum of four (4) and a maximum of ten (10) commercial
off-the-shelf protocol analyzers for link testing of communications
links operating on the Synchronous Optical Network (SONET) system.
ITEMS WHICH DO NOT MEET ALL OF THE CHARACTERISTICS LISTED IN THIS
COMBINED SYNOPSIS/SOLICITATION MAY BE FOUND TECHNICALLY UNACCEPTABLE.
THE GOVERNMENT HAS NO PLANS TO RELEASE ANY FURTHER TECHNICAL DATA.
OFFERORS SHALL SUBMIT TECHNICAL LITERATURE AND A DESCRIPTION ADEQUATE
FOR THE GOVERNMENT TO DETERMINE WITHOUT DISCUSSION THAT THE OFFERED
ITEMS MEET GOVERNMENT TECHNICAL REQUIREMENTS. Must run tests over both
fiber optic and copper communications lines. They must also be capable
of Asynchronous Transfer Mode (ATM) testing or be upgradeable for ATM
testing via pug in modules. System must meet the following salient
characteristics: General: 1) Must be portable, but capable of being
mounted in a standard 19-inch communications equipment rack, 2) Must
support connectors with the following data rates: FC for OC-1 and OC-3,
Mini-bantum for DS-1, and Coaxial (weco 310) for DS-3 and STS-1, 3)
Must have printer capability, 4) Must support an ATM upgrade at all
levels, 5) Perform basic protocol analysis, 6) Perform Ethernet,
token-ring, and router testing, 7) Must support ISDN, PRI, BRI testing.
Fiber Optic Testing: 1) Measure the receive frequency, 2) Measure power
levels, 3) Perform bit error rate testing (BERT), 4) Data Rates: OC-1,
OC-3, and OC-12, 5) Must be upgradeable to handle data rates up to,
and including OC-48, 6) Verify clocking integrity, insertion loss and
conformance testing of SONET, 7) Identify section, line, path, and
virtual tributary errors, 8) Check optical return losses. Copper
Testing: 1) Measure the receive frequency, 2) Measure power levels, 3)
Perform bit error rate testing (BERT), 4) Data rates: DS-0, DS-1,
DS-3, and STS-1, 5) Identify framing, line ending, and logical errors.
The delivery schedule for this product will be thirty (30) days after
date of award (ADAD). FOB Destination delivery shall be at a location
in the Washington, D.C. area to be provided with award document.
Offerors shall propose their commercial warranty and all shipping costs
are to be included in the proposed price. The provision at FAR
52.212-1, Instructions to Offerors-Commercial Items, apply to this
acquisition. The Government will award a contract resulting from this
solicitation to the responsible offeror whose offer conforming to this
solicitation will be the lowest price. All offerors shall submit a
completed copy of the provisions at FAR 52.212-3 and DFAS 252.212-7000,
Offeror Representations and Certifications-Commercial Items, with their
offer. Any contract awarded as a result of this solicitation will be a
DO-A7 rated order under DPAS (15 CFR 700). The points of contact for
information regarding this solicitation are Cynthia Murphy at (703)
607-6889 or George Robertson at (703) 607-4603. The FAR clause
52.212-5-Contract Terms and Conditions Required to Implement Statues
for Executive Orders Applicable to Defense Acquisitions of Commercial
Items, applies to this solicitation and the following additional FAR
and DFARS clauses cited are applicable: FAR 52.203-6, 52.203-10,
52.219-8, 52.219-9, 52.215-14, 52.222-26, 52.222-35, 52.222-36, and
52.222-37, DFAR 252.205-7000, 252.219-7003, 252.219-7005, 252.225-7001,
252.225-7007, 252.225-7012, 252.225-7014, 252.225-7036, 252.227-7015,
252.227-7037, and 252.233-7000. See Note 1 (0234). (0319) Loren Data Corp. http://www.ld.com (SYN# 0379 19961115\60-0001.SOL)
60 - Fiber Optics Materials, Components, Assemblies and Accessories Index Page
|
|