Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 25,1999 PSA#2353

Commanding Officer (F), U.S. Coast Guard Training Center, Cape May, NJ 08204-5002

59 -- PROCURE 45 SIERRA WIRELESS MP210 MODEMS OR EQUAL SOL DTCG42-99-Q-TFA245 DUE 061199 POC Please direct ALL technical questions to LSU Project Representative, LTJG Todd Moyer (609)523-7240. Contractual questions to Ms. Shirley Green (609)898-6342. E-MAIL: Click here to contact LSU's Technical Representative, tmoyer@lsu.uscg.mil OR sgreen@tracencapemay.uscg.mil. 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; quotes are being requested and a written solicitation will not be issued. The request for quotation number is DTCG42-99-Q-TFA245. This procurement is 100% set-aside for small business concerns. Standard Industrial Classification (SIC) code is 5065 and the related small business size standard is 100 employees. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-11. The Coast Guard intends to procure 45 Sierra wireless MP210 modems or the equivalent modem which must meet the following modem requirements: a) unit must be self contained transceiver data modem, b) unit must be capable of both digital (CDPD) and analog (CSC) cellular service for data transmission (analog cellular service will be usedfor immediate application due to coverage limitations of digital service; however, we anticipate service upgrades once coverage areas across the continental United States become adequate), c) unit must not exceed the dimensions of 9"Lx8"Wx3"H due to mounting/space limitations in our equipment racks, d) modem must connect to host equipment through a DB9 female connector using the RS-232 serial interface standard capable of a signaling rate of 2400 bits per second, e) modem must be capable of accepting user configured profile stored in non-volatile memory, f) settings in user profile must automatically restore following a power loss, without user intervention, g) modem must default to 2400 bit per second data transfer speed over DB9 female RS-232 connection to our existing equipment, h) modem must auto-answer when called, i) modem must support the standard basic Hayes modem AT command set, j) modem must utilize standard TNC female, 50-ohm connector for the RF antenna, k) modem must include a users guide and manufacturers information, l) units must be Y2K compliant. The Coast Guard intends to procure the hardware only, service will not be purchased with modem hardware. The Coast Guard does not require and will not need the following included with the modem: a) service, b) antenna, c) power supply, d) RS-232 data cable. Contractor shall provide price proposals as follows and shall meet delivery schedule stated below: 45 Sierra wireless MP210 modems, or equal as described above: Unit Price EA$______________Total Amount$________________ Shipping/Freight Charges$________________ TOTAL AGGREGATE AMOUNT: $_______________________ All items shall be delivered on or before July 15, 1999. All items shall be delivered to the following address: U.S. Coast Guard Loran Support Unit (LSU), 12001 Pacific Avenue, Wildwood, NJ 08260-3232 Attn: LTJG Todd Moyer/TFA245. Inspection & Acceptance will be conducted at the destination. The award will be a firm, fixed-price contract/purchase order and will be awarded utilizing Simplified Acquisition Procedures. The following FAR Clauses/Provisions apply to this solicitation: 52.212-1 Instructions to Offerors-Commercial Items, 52.212-3 Offeror Representations and Certifications-Commercial Items, 52.212-4 Contract Terms and Conditions-Commercial Items, 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items(incorporating the following FAR clauses by reference: 52.222-3 Convict Labor, 52.233-3 Protest After Award, 52.222-35 Affirmative Action for Disabled Veterans and Veterans of Vietnam Era, 52.222-36 Affirmative Action for Workers with Disabilites, 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, 52.225-3 Buy American Act-Supplies, 52.225-21 Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program). Offerors responding to this announcement must include a completed copy of 52.212-3, Offeror Representations and Certifications-Commercial Items which can be downloaded from http://www.farsite.hill.af.mil. The Contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar sale, provided such warranty is available at no additional cost to the government. The offeror shall also provide its Commercial and Government Entity (CAGE) code, Contractor Establishment code (DUNS number), and Tax Identification Number. If a change occurs in this requirement, only those offerors that respond to this announcement within the required timeframe will be provided any changes/amendments and considered for future discussions and/or award. This is a brand name or equal requirement. If quoting other than brand name product, the offeror must provide the manufacturer's brand, model or part number along with a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements of this announcement. Award will be made to the responsive, responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, based on Technical acceptability and Total Aggregate Amount. All responsible sources may submit an offer which will be considered by the agency. All written proposals shall include the price breakdown as stated above, manufacturer's specifications, and the completed FAR provision 52.212-3. All proposals must be submitted and received at this office on or before June 11, 1999 at 2:00 PM eastern time. Send all written proposals to the following address: Contracting Officer, U.S. Coast Guard Training Center, Administration Building Room 212A, Cape May, NJ 08204-5095, Attn: Shirley Green. FACSIMILE PROPOSALS WILL NOT BE ACCEPTED. Please direct all technical questions regarding this procurement to LSU's Project Representative, LTJG Todd Moyer (609)523-7240. This is NOT a sealed bid advertisement, and proposals will NOT be publicly opened. Posted 05/21/99 (W-SN334267). (0141)

Loren Data Corp. http://www.ld.com (SYN# 0243 19990525\59-0011.SOL)


59 - Electrical and Electronic Equipment Components Index Page