Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 28,1998 PSA#2250

Naval 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