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