|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 28,1998 PSA#2250Naval Research Laboratory, Attn: Code 3230, 4555 Overlook Avenue, SW,
Washington, DC 20375-5326 60 -- SONET ANALYZER AT THE NAVAL RESEARCH LABORATORY, WASHINGTON DC
SOL N00173-99-R-MN05 POC Michelle Nicholl, Contract Specialist, Code
3230.MN (202) 767-4597, Carol Parnell, Contracting Officer E-MAIL:
click here, nicholl@contracts.navy.mil. This is a combined
synopsis/solicitation for a commercial item prepared in accordance with
the format in 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, N00173-99-R-MN05, is a request
for proposal (RFP). The incorporated provisions and clauses of this
acquisition are those in effect for Federal Acquisition Regulation
(FAR) through Federal Acquisition Circular 97-08 and for Defense
Federal Acquisition Circular 91-13. The small business size standard
for this acquisition is 6650 and the Standard Industrial Classification
(SIC) Code is 3827 This acquisition is unrestricted. The Naval Research
Laboratory has a requirement as follows for CLIN 0001 (1 each): 1.0
Requirement: An SDH/SONET Analyzer. The system must meet or exceed the
following specifications: 2.0 Specifications, 2.1. -- The analyzer
shall operate at OC-12 (622Mbits/s) and OC-48 (2.488 Gbits/s) line
rates as delivered. 2.2 -- Upgrade capability to add OC-1 (51.8
Mbits/s) and OC-3 (155 Mbits/s) line rates to the delivered unit. 2.3
-- The analyzer shall provide the capability to add externally
generated bit errors to the OC-12 and OC-48 data stream which is either
being sourced with the analyzer or being looped through the analyzer
from an external SDH/SONET device. 2.4 -- Upgrade capability will be
available to provide the ability to introduce jitter as per ITU-T G.708
to the date stream that is either being sourced with the analyzer or
being looped through the analyzer from an external SDH/SONET device.
2.5 -- The analyzer will be configured to allow testing of a deployed
SDH/SONET point-to-point link. The Signal Generator/Transmitter and
Analyzer/Receiver must be separate modules capable of independent
operation. 2.6 -- The analyzer must be able capable of operating in an
Add/Drop mode with an external SDH/SONET device. Both optical and ECL
input/outputs shall be provided to interface with external ADH/SONET
devices.2.7 -- Dual Optical Transmitters shall be provided in the
Generator/Transmitter module to allow testing at both the 1310nm band
and theDWDM band. The specific DWDM channel shall be 1550.12nm -- ITU
Grid Channel 34. The transmitters shall meet the SDH/SONET
specifications for long-reach optics. 2.8 -- The analyzer shall support
PC compatible computer control over test configuration, remote
operation and data collection. The Analyzer shall be provided with an
IEEE 488 interface to support these functions. The contractor is not
required to furnish the PC compatible computer, an existing Gateway
2000 Pentium II 300 MHz computer will be used to control the analyzer.
2.9 -- The analyzer shall have the capability to introduce errors into
the SDH/SONET overhead bytes B1, B2, B3, and FEBE. 2.10 -- The analyzer
shall have the capability to detect LOS, OOF, LOF, AIS, FERF, and LOP
errors into the SDH/SONET data stream. 2.11 -- The analyzer shall have
the capability to measure Automatic Protect Switching (APS)
performance including time and recovery time. 2.12 -- Upgrade
capability to add E4 (39 Mbits/s) and (45 Mbits/s) add/drop functions
to the delivered unit. Documentation: Operation and Maintenance Manuals
are required. Testing: -Testing shall be performed by the Government to
determine that the Sonet Analyzer meets the requirements of the
contract specification. Delivery and Acceptance is NRL, 4555 Overlook
Avenue, S.W., Washington, D.C., FOB Destination, 4 weeks after date of
contract award. The FAR and DFAR provisions and clauses cited herein
are incorporated by reference into this solicitation. Offerors are
advised to propose in accordance with the provision at FAR 52.212-1,
Instruction to Offerors-Commercial Items (APR 1998) which applies to
this acquisition. The following are addenda to this provision. The
proposal must demonstrate an understanding of all requirements covered
in the Request for Proposal's (RFP) terms and conditions. General
statements that the offeror can or will comply with the requirements,
that standard procedures will be used, that well known techniques will
be used, or paraphrases of the RFP's Statement of Work or
Specification in whole or in part, will not constitute compliance with
these requirements concerning the content of the technical proposal.
Offerors will be evaluated in accordance with FAR 52.212-2, Evaluation
-Commercial Items (OCT 1997) which applies to this acquisition. The
specific evaluation criteria under paragraph (a) of FAR 52.212-2 shall
be used to evaluate offers: (1) Price; (2) technical capability of the
item offered to meet NRL's needs and (3) past performance. Technical
and past performance when combined are of equal importance compared to
price. Offerors are advised to include with their offer a completed
copy of the provision at FAR 52.212-3, Offerors Representations and
Certifications-Commercial Items. Links to the acquisition web sites can
be found at http://heron.nrl.contracts.navy.mil . The FAR clause
52.212-4 Contract Terms and Conditions-Commercial Items applies to this
acquisition. The clause 52.212-5 Contract Terms and Conditions Required
to Implement Statutes or Executive Orders applies to this acquisition.
The following additional clauses cited under FAR Clause 52.212-5 --
Contract Terms and Conditions Required to Implement Statutes or
Executive Orders-Commercial Items are applicable: FAR 52.203-6
Restrictions on Subcontractor Sales to the Government, with Alternate
1; FAR52.219-8, Utilization of Small Business concerns and Small
Disadvantaged Business Concerns; FAR 52.222-26, Equal Opportunity; FAR
52.222-35, Affirmative Action for Special Disabled and Vietnam Era
Veterans; FAR 52.222-36, Affirmative Action for Workers with
Disabilities; FAR 52.222-37, Employment Reports on Special Disabled
Veterans and Veterans of the Vietnam Era; FAR 52.225-18, European Union
Sanction for End Products (JAN 1996), FAR 52.225-19, European Sanction
for Services (JAN 1996), FAR 52.247-64, DFARS Clause 252.212-7001 --
Contract Terms and Conditions Required To Implement Statutes or
Executive Orders Applicable to Defense Acquisitions of Commercial Items
applies to this acquisition. The following additional clauses listed in
DFARS 252.212-7001 applies to this acquisition: DFARS 252.219-7006
Notice of Evaluation Preference for Small Disadvantaged Business
Concerns, DFAR 252.225-7001, Buy American Act and Balance of Payments
Program (JAN 1994), DFAR 252.225-7012, Preference for Certain Domestic
Commodities, DFARS 252.225-7036 Buy American Act -- North American
Free Trade Agreement Implementation Act -- Balance of Payment Program,
DFARS 252.227-7015 Technical Data-Commercial Items, DFARS 252.227-7037
Validation of Restrictive Markings on Technical Data, DFARS
252.247-7024 Notification of Transportation of Supplies by Sea In
addition to the clauses listed in paragraph (e) of DFAR Clause
252.212-7001, the contractor shall include the terms of the following
clauses 252.204-7004, Required Central Contractor Registration (MAR
1998); and 252.232-7009, Payment By Electronic Funds Transfer (CCR)(JUN
1998). Any contract awarded as a result of this solicitation will be a
DO rated order certified for national use under the Defense Priorities
and Allocations System (DPAS) (15CFR 700). Any questions generated as
a result of this solicitation must be received no later than 5 days
before the closing date. Offers, 2 copies, must be delivered to the
Contracting Officer, code 3230mn, Bldg. 222, Rm 115A, Naval Research
Laboratory, 4555 Overlook Avenue, S.W, Washington, D.C. 20375-5326 and
received no later than 4:00 p.m. E.S.T. on 6 January 1999. The package
should be marked RFP N00173-99-R-MN05, Closing Date: 13 January 1999.
For information regarding this solicitation contact Michelle Nicholl,
Contract Specialist at (202) 767-4597 or e-mail inquiries to:
nicholl@contracts.nrl.navy.mil. All responsible sources may submit a
proposal which shall be considered by the agency.**** Posted 12/23/98
(W-SN283160). (0357) Loren Data Corp. http://www.ld.com (SYN# 0203 19981228\60-0002.SOL)
60 - Fiber Optics Materials, Components, Assemblies and Accessories Index Page
|
|