|
COMMERCE BUSINESS DAILY ISSUE OF JULY 14,1997 PSA#1886Deputy Chief of Staff for Contracting, US Army Space Command, Attn:
MOSC-SC, 1670 N. Newport Road, Colorado Springs, CO 80916-2749 58 -- GLOBAL SATELLITE COMMUNICATORS WITH INTEGRATED GPS SOL
DASG62-97-R-0009 DUE 073197 POC Chris Romero (719) 554-8837 E-MAIL:
click here to contact the buyer via e-mail,
romeroc@arspace-emh2.army.mil. This is a combined synopsis/solicitation
for commercial items prepared in accordance with the format set forth
in Federal Acquisitions Regulation, Subpart 12.6, as supplemented with
additional information included in this notice. This announcement
constitutes the only solicitation: proposals are being requested and a
written solicitation will not be issued. This solicitation is issued
as Request for Proposal (RFP) Number DASG62-97-R-0009. This
solicitation document and incorporated provisions and clauses are those
in effect through Federal Acquisition Circular 90-46. The Standard
Industrial Classification Number is 3663, and the Business Size
Standard is 750 employees. This acquisition will be procured on an
unrestricted basis. DESCRIPTION: The offeror shall provide 40 each
Global Satellite Communicators with Integrated GPS, Magellan GSC-100 or
equal. Each communicator proposed shall meet the following minimum
salient characteristics: GPS Features -- 6 graphic navigation displays;
full featured track plotter; stores 200 user defined waypoints; 5
reversible routes with up to 15 legs; 5 coordinate systems including
LAT/LON, UTM, OSGB, NMEA outputs (0180/0183), differential ready,
sunrise/sunset and lunar calculations. GPS Performance -- Position
accuracy 15 meters, RMS in 20 without SA, Velocity 0 to 825 knots; Time
to first fix warm start approximately 20 seconds; Cold start
approximately 55 seconds; Update rate 1 second (20) typical;
Navigational modes 2D, 3D; Power source 9.6 VDC rechargeable ncad
battery pack, 10.35 VDC external power; Splashproof case; Antennas GPS
Internal pack, ORBCOMM telescoping. Messaging features -- menu driven
interface with soft keys; stores 100 messages and 150 addresses;
ability to create, forward and reply to e-mail messages; three font
sizes; message status icons; ability to insert current GPS position
information into message. The communicator shall meet the following
maximum size and weight requirements -- 8 inches by 3.5 inches by 1.75
inches, approximately37 ounces. The communicator shall meet the
following environmental specifications -- Operating temperature range
14 degrees F to 140 degrees F; Storage -40 degrees F to 167 degrees F.
Delivery and acceptance will be based on functionality test of the
delivered system. Warranty shall be a minimum of 1 year standard
commercial warranty. The standard commercial warranty is return to
depot for all hardware items. Products offered under the terms of a
Federal Supply Schedule contract shall be so stated to include GSA
contract number and terms. Products not provided under a Federal Supply
Schedule shall fully articulate and demonstrate technical capabilities
set forth herein. Products required hereby shall be delivered FOB
Destination no later than 25 August 1997. Delivery/Acceptance point is
HQ US Army Space Command, 1670 N. Newport Road, Colorado Springs,
Colorado 80916. Government work days are between the hours of 0800 and
1600 MT. FAR provision 52.212-1, Instructions to Offerors-Commercial,
applies to this acquisition, with the following addenda: Per FAR
12.603(b) the SF 1449 is not used. Paragraph (c), Period of acceptance
of offers -- Offeror agrees to hold the prices in its offer firm for
60 days after Government receipt of proposals. Any interested/qualified
sources who believe they can provide the required equipment must
respond no later than 2:00 PM, Mountain time, July 31, 1997. All such
responses will be evaluated IAW FAR 52.212-2, Evaluation -- Commercial
Items. The following evaluation criteria shall be used to evaluate
offers: (1) Technical Capability -- ability to provide the products
stated herein of the same or better functional and physical
characteristics; (2) Schedule -- ability to meet or exceed required
delivery dates; (3) Total Proposed Price, inclusive of warranty price;
and, (4) Past Performance -- ability to consistently deliver and
maintain, during term of warranty, quality products and technical
support in a timely manner. Evaluation Criteria is listed in descending
order of importance. Technical capability is the most important factor.
Schedule is half as important as technical. Price and past performance
are of equal importance and each represent one half the importance of
schedule. The Offeror shall clearly demonstrate how the products
proposed meets the requirements set forth herein regardless of how
offered. The Offeror shall provide a minimum of 5 references to which
the same or similar products and services have been delivered within
the last 2 years. References shall include the product/services
delivered, contract number, date of contract award, date of acceptance
by the receiving organization, contracting office point of contact,
technical office point of contact (if available), current telephone and
fax numbers for both, and statement regarding problems with the order
and/or delivery. The Government will only consider the information
provided in the offeror's proposal. Special attention is directed to
FAR 52.212-1 (b). Failure to submit the information set forththerein
for evaluation may render the offer nonresponsive. Offerors shall
include a fully executed copy of the FAR provision at 52.212-3, Offeror
Representations and Certifications-Commercial Items, with their offer.
FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items,
applies to this acquisition. FAR clause 52.212.-5, Contract Terms and
Conditions Required to Implement Statutes or Executive
Orders-Commercial Items, applies to this acquisition, along with the
following additional FAR clauses: 52.222-26, Equal Opportunity,
52.222-35, Affirmative Action for Special Disabled and Vietnam Era
Veterans, 52.222-36, Affirmative Action for Handicapped Workers,
52.222-37, Employment Reports on Special Disabled Veterans and Veterans
of Vietnam Era, 52.225-3, Buy American Act -- Supplies, 52.225-9, Buy
American Act- Trade Agreements Act-Balance of Payments Program,
52.225-21, Buy American Act-North American Free Trade Agreement
Implementation Act-Balance of Payments Program. DFARs provisions
252.225-7001, Buy American Act and Balance of Payment Program;
252.225-7012, Preference for Certain Domestic Commodities;
252.227-7015, Technical Data -- Commercial Items and 252.227-7037,
Validation of Restrictive Markings on Technical Data; 252-247-7024,
Notification of Transportation of Supplies by Sea. Offers sent via the
US Postal Service should be mailed to US Army Space Command, ATTN:
MOSC-SC, 1670 N. Newport Rd, Colorado Springs, Colorado 80916. All
RFP's not sent through the US Mail will be considered hand carried and
subject to FAR 15.412. Proposals may be submitted by facsimile,
however, it is the responsibility of the Offeror to ensure receipt --
see also in this respect FAR 52.215-17, Telegraphic Bids. Offerors are
responsible for ensuring proposals are received no later than 2:00 PM
MT, July 31, 1997. The point of contact for all information regarding
this acquisition is Chris Romero at (719) 554-8837. (0191) Loren Data Corp. http://www.ld.com (SYN# 0315 19970714\58-0008.SOL)
58 - Communication, Detection and Coherent Radiation Equipment Index Page
|
|