Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF MARCH 6, 2001 PSA #2801
SOLICITATIONS

58 -- APABILITY EXTENSION FOR EXISTING REDCOM TELEPHONE SYSTEM AT LANGLEY REACHBACK TO PROVIDE CONNECTIVITY AND COMPATIBILITY FOR THEATER DEPLOYABLE COMMUNICATIONS (TDC) & LEGACY TRI-TAC TELEPHONE SWITCHES

Notice Date
March 2, 2001
Contracting Office
Department of the Air Force, Air Combat Command, 1st CONS, 74 Nealy Avenue, Suite 100, Langley AFB, VA, 23665
ZIP Code
23665
Solicitation Number
F13XMB10540200
Response Due
March 7, 2001
Point of Contact
Dayna Coverston, Purchasing Agent, Phone 757 764-4923, Fax 757 764-7447, Email dayna.coverston@langley.af.mil -- Pierre Todd, Contracting Officer, Phone 757-764-4918, Fax 757-764-7447, Email
E-Mail Address
Dayna Coverston (dayna.coverston@langley.af.mil)
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. (ii) Solicitation F13XMB10540200 is issued as a Request for Quote (RFQ). Written documentation will not be issued for this quote. (iii) The solicitation is being conducted under Simplified Acquisition Procedures (SAP) FAR Part 13. This solicitation document and incorporated provisions and clauses are those that are in effect through Federal Acquisition Circular 97-23. (iv) The NAICS code is 33421 with a size standard, averaged over a one year period of $1,000,000.000. (v) Langley AFB plans to procure Capability Extension for Existing REDCOM Telephone system at Langley Reachback to provide connectivity and compatibility for theater deployable communications (TDC) and legacy TRI-TAC telephone switches. (vi) The following requirements are applicable: 1 each-REDCOM IGX Rack Mountable and Equipped with the following optional features enabled: MLPP, Toll Restriction, ROSMI, Computer Telephone Integration Port, Factory Database, with 1 standard shelf. System equipped with 115/230 VAC, 50-60 Hz power including: MSU/Controller Board with Ethernet and 2 RS232e links, Expanded Time Slot Interchange (ETSI) with Tone Plant, Conference and DTMF Receiving/Sender (4 ccts/board), Ringing Generator, Inter-shelf cabling, cable tray; 1 each-Factory installation and testing, in first item above, of: Basic _U_ interface board (4 ccts, up to 8 _B_ channels); 1 each-Factory installation and testing, in first item above, of: Basic _S_ interface board (4 ccts, up to 8 _B_ channels); 3 each-Factory installation and testing, in first item above, of: Line boards (8 ccts/board); 4 each-Factory installation and testing, in first item above, of: DS1 Boardsets (24 Channels/2 Board set); 1 each-Factory installation and testing, in first item above, of: Universal Clock Synchronizer Board; 2 each-Factory installation and testing, in first item above, of: Message Transceiver Interface Boards; 1 each-Factory installation and testing, in first item above, of: PCM/CIA Card (For Data Backup); 1 each-Factory installation and testing, in first item above, of: MSU Controller Board; 2 each-Factory installation and testing, in first item above, of: Systems Manuals. (vii) Delivery: Performance Period to be 10 days After Receipt of order. (viii) The provision at FAR 52.212-1, Instructions to Offerors _ Commercial, applies to this acquisition. (ix) N/A. (x) Offerors are reminded to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items and 252.212-7000, Offeror Representations and Certifications Commercial Items with its offer. (xi) Clause 52.212-4, Contract Terms and Conditions _ Commercial Items, is hereby incorporated by reference, (xii) Clause 52.212-5 (Deviation) Contract Terms and conditions Required to Implement Statutes or Executive Orders _ Commercial Items, 52.222-3 Convict Labor, 52.233-3 Protest After Award, 52.232-33 Payment by Electronics Funds Transfer _ Central Contractor Registration, 252.212-7001 (Deviation) Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Registration, 52.52.252-2 Clauses Incorporated by Reference, 52.252-6 Authorized Deviation In Clauses, 252-204-7003 Control of Government Personnel Work Product, 252.204-7004 Required Central Contractor Registration, 52.253-2 Computer Generated Forms, 52.211-17 Delivery of Excess Quantities, 52.225-1 Buy American Act-Balance of Payments Program -_Suppies, 52.222-26 Equal Opportunity, 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, 52.222-21 Prohibition of Segregated Facilities, 52.222-22 Previous Contracts and compliance Reports are hereby incorporated by reference. (xiii) N/A (xiv) N/A (xv) N/A (xvi) Offers may be faxed to 1 CONS/LGCB at (757) 764-7447, or mailed to 1 CONS/LGCB, 74 Nealy Ave., Langley AFB, VA 23665. All offers are due by 10:00 AM EST, 07 March 2001. (xvii) For further information regarding this solicitation, contact Dayna Coverston, Contract Administrator @ phone (757) 764-4923. Collect calls will not be accepted, e-mail:
Web Link
Visit this URL for the latest information about this (/cgi-bin/WebObjects/EPS.woa/wa/SPF?A=M&P=F13XMB10540200&L=203)
Record
Loren Data Corp. 20010306/58SOL002.HTM (D-061 SN50F0K9)

58 - Communication, Detection and Coherent Radiation Equipment Index  |  Issue Index |
Created on March 2, 2001 by Loren Data Corp. -- info@ld.com