Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 1,1998 PSA#2232

Department of the Treasury, DY, U.S. Customs Service, Procurement Division, 1300 Pennsylvania Avenue, Suite 4.2-E, Washington, DC 20229

58 -- RECONFIGURABLE ALPHA LOCAL RECEIVER/RETRANSMITTER TRACKING SYSTEM SOL 99-270 DUE 121598 POC Mark Weinstein, Contracting Officer, (202) 927-0567 The United States Customs Service plans to procure from North American CLS Incorporated of Lanham, MD on a non-competitive basis a Reconfigurable Alpha Local Receiver/Retransmitter. This receiver/retransmitter/tracking system shall operate in conjunction with Alpha tracking transmitters and Alpha satellite service. The receiver/retransmitter/tracking system shall include the following Items: (1) One (1) PCMCIA/GPS unit for laptop computer; (2) Three (3) PST-210R Alpha receiver/retransmitter units; (3) Two (2) PST mobile antennas and 100 feet of connecting cable; (4) One (1) SM-4 6' Quad Dipole antenna and 150 feet of connecting cable;. (5) Two (2) 12 volt DC power supplies; (6) One (1) 350 MHz Pentium II personal computer with 64 MB RAM, 8.4 GB hard Drive, 17/40x EIDE CD-ROM, Internal Iomega Zip Drive, 1.4 MB Floppy Drive, 56 kb/SecB ITU standard modem, PS2 Mouse, 17" 100HS Trinitron Monitor (including MS Windows 95, MS Office '97 CD, and MacAfee VirusScan 3.1; (7) Two (2) copies of MACS and two (2) copies of MACS Receiver communications and tracking software including MACS driver software for GPS/PCMCIA; (8) a six- (6) state MapInfo StreetPro Package, including street level maps for California, Florida, Maryland, the District of Columbia, Virginia, and Texas; and (9) Four (4) days of training for up to five (5) persons designated by the U.S. Customs Service. The Contractor shall be required to provide telephonic technical support during normal business hours for one year from date of Government acceptance of the hardware/equipment/system up to five (5) hours per month. The contractor shall load, setup, and integrate all software. U.S. Customs Service personnel shall be present and shall take part in the entire software loading, setup, and integration process. All hardware, equipment, and software items shall have a one year warranty from the manufacturer or reseller starting from the date of Government acceptance, except that the Personal Computer and peripherals (Item 6) shall have a three (3) year warranty from date of Government acceptance. . NO SOLICITATION IS AVAILABLE FOR THIS REQUIREMENT. Responsible sources are invited to identify their interest and capability to respond to this requirement. All responsible sources are invited to submit an affirmative response inclusive of pricing information, a price quotation, published pricelists, past performance references, software licensing documents, technical product literature, etc. which would indicate that your offered product/system meets the Government requirement. Responses referencing ID # 99-270 should be mailed to the address set forth in this synopsis. Questions pertaining to this requirement can be directed to the Contracting Officer at Internet E-Mail Addresses mark.j.weinstein@customs.treas.gov or Mark.Weinstein@Customs.sprint.com. Responses which will be considered by the Customs Service must be received at the address set forth in this synopsis NOT LATER THAN 3:00 PM EST DECEMBER 15, 1998 or they will not be considered. An affirmative response shall consist of AN ORIGINAL AND TWO (2) COPIES of your response. Telephone, facsimile, or email responses will not be honored. If affirmative response(s) are not received by DECEMBER 15, 1998, then this requirement will be negotiated on a sole source basis with North American CLS Incorporated. Y2K clauses shall be included as part of any contract resulting from this procurement. Posted 11/27/98 (W-SN275300). (0331)

Loren Data Corp. http://www.ld.com (SYN# 0072 19981201\58-0002.SOL)


58 - Communication, Detection and Coherent Radiation Equipment Index Page