COMMERCE BUSINESS DAILY ISSUE OF AUGUST 31, 2001 PSA #2927
SOLICITATIONS
70 -- AF0SI, LAND MOBILE RADIO DIGITAL SYSTEM
- Notice Date
- August 29, 2001
- Contracting Office
- General Services Administration, Federal Technology Service (FTS), IT Acquisition Service Center (TFL), 18th & F Streets, NW, Room 2024, Washington, DC, 20405
- ZIP Code
- 20405
- Solicitation Number
- RFPTO1ACP3431
- Response Due
- September 17, 2001
- Point of Contact
- Holly Carr, Contract Specialist, Phone 571-215-9921, Fax 301-203-5362, Email holly.carr@gsa.gov
- Description
- This is a combined synopsis/solicitation for commercial items 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; proposals are being requested, and a written solicitation will not be issued. The Air Force Office of Special Investigations (AFOSI) has a requirement to augment the Land Mobile Radio (LMR) Digital System with voice based digital systems. These digital systems must interface with installed voice and data network.=20 FUNCTIONAL AND LOGISTIC RQMTS: 1)This package contains new components which will be used with existing Motorola radios and equipment interoperability and standardization are imperative; 2) All equipment and accessories must be provided as complete contained systems in cases. 3) All system components must be backward and forward compatible with current fielded equipment that use DES/XL. 4) AFOSI LMR systems are manufactured and serviced by Motorola and 98% of the detachments are serviced by Motorola infrastructure. 5) The XTS3000 Digital Radio kit, Mobile Radio kit with KVL and Radio Service Software kit components must fit into existing cases that have already been developed and fielded. All equipment must be available at the same time for assembly, encryption loading and programming. 6) There shall be no additional costs for training multiple equipment manufacturers on different software packages. 7) Spare parts must be fully interchangeable with existing parts. Required Each kit shall be programmed and tested to the specifications of the USAF OSI. (Frequencies will be provided to the selected bidder); Each kit will be packaged in Pelican Products 1600 and 1400 Series transportation cases. PROGRAMMING, TESTING AND SHIPPING: Contractor shall: 1) Review equipment lists and orders; 2) Control inventory; 3) Generate one (1) programming template for the QuanTrum Repeater; 4) Program and test QuanTrum Repeaters; 5) Generate one (1) programming template for the ASTRO?Spectra? Mobile Radio; 6) Generate one (1) programming template for the XTS3000 portable radio; 7)Program and test all subscriber units; 8) Assemble all Deployable Kits; 9) Create an inventory sheet for each Deployable Kit; 10) Ship Deployable Kits FOB to the USAF OSI at Andrews AFB, MD. DOCUMENTATION: One (1) programming template for the ASTRO?Spectra? Mobile Radio; One (1) programming template for the XTS3000 Portable Radio; One (1) programming template for the QuanTrum Repeater; One (1) inventory sheet in each kit; One (1) KVL3000 User Guide in each XTS3000 Digital Portable Radio Kit; One (1) ASTRO RSS User?s Guide in Each Radio Service Software Kit; One (1) RSS Manual, titled, ?The QuanTrum/Quantro DBS,? in each Radio Service Software Kit. WARRANTY: Contractor shall provide a one-year warranty for parts and equipment to begin upon shipment of the equipment from the factory. Warranty services shall include repair service during normal business hours (8:00 a.m. through 6:00 p.m.) Monday through Friday, excluding holidays. TRAINING: Contractor shall provide a radio service software training class in accordance with standard commercial practices for the following components: (1) QuanTrum digital Repeater, (2) XTS3000 Portable Radio; and (3) DCR3000 Portable Radio and ASTRO?Spectra? Mobile Radio. Training shall be provided at Andrews AFB for ten (10) students and will be 3 consecutive days (i.e., 24 hours) in length. QUANTITIES: CLIN 0001 ? FFP -Twenty ? eight (28) XTS 3000 Portable Digital Radio Kits: [Qty/Model no./ Description]: ; 5/H09KDC9PW5_N/XTS3000 MODEL I VHF; 5/Q806/ENH: SOFTWARE ASTRO DIGITAL CAI OPERATION ;5/H35/ADD: CONVENTIONAL SYSTEM PACKAGE ; 5/Q625/ADD: DES, DES-XL, DES-OFB ENCRYPTION; 5/Q186/ALT: ULTRA-HIGH CAPACITY NIMH BATTERY; 5/H128/ALT: ANTENNA HELICAL VHF 136-150.8 MHZ ; 5/H477/FACTORY PROGRAMMING -- FREQUENCY AND SQUELCH DATA MUST BE SUPPLIED AT TIME OF ORDER; 5/NTN8923/ULTRA HIGH CAPACITY NIMH BATTERY; 1/T5795/KVL 3000 HARDWARE; 1/X795/ADD: BASIC SOFTWARE; 1/X423/ENH: DES, DES-XL, DES-OFB ENCRYPTION; 1/C724/KVL CABLE FOR XTS3000; 1/PELICAN 1650/CASE WITH CUSTOM FOAM. CLIN 0002 ? FFP Forty-five (45) Astra Mobile Radio Kits; /T99DC/ASTRO DIGITAL SPECTRA SERIES; 1/134W/W3 25-50 WATT VHF; /G806/ASTRO DIGITAL CAI; 1/G48/CONVENTIONAL SYSTEM SOFTWARE; 1/G625/DES/DES-XL/DES-OFB; 1/W12/RF PREAMPLIFIER; 1/W70/DELETE STANDARD ANTENNA; 1/H477/FACTORY PROGRAMMING -- FREQUENCY AND SQUELCH DATA MUST BE SUPPLIED AT TIME OF ORDER/; 1/PELICAN 1400/CASE WITH CUSTOM FOAM. CLIN 0003 ? FFP -- Nine (9) QuanTrum Digital Repeater Kits; 1/P2066/QUANTRUM PORTABLE REPEATER;1 /Q806/CAI; 1/Q501/ADD: REPEATER OPERATION;1 /NKN6548A/CIGARETTE LIGHTER ADAPTER CABLE;1 NTN1747/INTERNATIONAL AC ADAPTER KIT;1 /INTEGRATION/ INVENTORY SHEET;1 / INTEGRATION / PROGRAM AND TESTCLIN 0004 ? FFP -- Nine (9) Radio Services Software Kits; 1 /RLN4008B/RADIO INTERFACE BOX (RIB); 1/0180357A57/RIB POWER SUPPLY 120V; 1/0180358A56/RIB POWER SUPPLY 220V; 3/6082728J01/9 VOLT BATTERY; 1/3080369B71/COMPUTER (25 PIN) TO RIB CABLE; 1/RVN4100/XTS/DCR 3000 RADIO SERVICE SOFTWARE; 1/6881074C70/ASTRO RSS USER'S GUIDE; 1/RKN4035/XTS PROGRAMMING AND TEST CABLE; 1/SDKN4393/DCR3000 RSS/TEST CABLE; 1/RL5002/RSS QUANTAR QUANTRO STATION; 1/6881096E10/RSS MANUAL QUANTAR/QUANTRO DBS; 1/3080369E31/QUANTRUM PROGRAMMING CABLE; 1/NTN1747/INTERNATIONAL AC ADAPTER KIT; /INTEGRATION/INVENTORY SHEET; 1 INTEGRATION; 1/PELICAN CASE TO HOUSE ABOVE ITEMS AND NOTEBOOK COMPUTER. CLIN 0005 ? FFP -- Training for ten students over 3 consecutive days. CLIN 0006 ? FFP ? Software for programming the XTS3000 and the mobile radios, Documentation, and Warranty for equipment. Government Furnished Equipment (GFE) [QTY / MODEL/DESCRIPTION]: 140 / H09KDC9PW5/ N PORTABLE ASTRO DIGITAL XTS 3000 MOD; 140 /H128 / ALT: ANTENNA HELICAL VHF 136-150.8; 140/H35/ADD: CONVENTIONAL SYSTEM; PACKAGE; 140/Q186/ALT: BATTERY NIMH 1800MAH (NTN8923);140/Q806/ENH: SOFTWARE ASTRO DIGITAL CAI OPE; 140/ H477/ ADD: CONVENTIONAL FACTORY PRGMING; 140/Q625ASSP/ADD: ENCRYPTION DES/DES-XL/DES-OFB; 140/NTN8923/BATTERY NIMH, 1800MAH (-20C); 56/NAD6566/ANTENNA, 136-150.8MHZ WIDEBAND HELI; 28/T5795/KVL 3000 HARDWARE; 28/ X795/ ADD: BASIC SOFTWARE PACKAGE; 28/X423/ENH: DES DES-XL DES-OFB ENCRYP; 28/C724/CABLE, KEYLOAD; 45/T99DX/ASTRO DIGITAL SPECTRA MOBILE SERIES; 5/134W/MOBILE ASTRO SPECTRA W3 136-162MHZ Converts to D04JKH9PW3 N; 45/G806/ENH: SOFTWARE ASTRO DIGITAL COMMON; 45/G48/ENH: SOFTWARE CONVENTIONAL SYSTEM; 45/W12/ENH: RF PREAMPLIFIER; 45/W70/DEL: ANTENNA; 45/W844/ENH: FACTORY PROGRAMING; 45/G625ACSP/ ENH:DES/DES-XL/DES-OFB UCM FED. Conflict of interest clauses may be included for some tasks resulting from this project as appropriate. In the event that tasks described for this project require the contractor to gain access to proprietary or sensitive information, the contractor shall be required to execute written agreements with AFOSI. This requirement is in lieu of protecting information from unauthorized disclosure and from using it for any purpose other than for which it was furnished. Award may be made without discussions. Questions must be submitted five calendar days after the release date (via e-mail to john.mihoc@gsa.gov and holly.carr@gsa.gov). Proposals are due by 11:00 a.m. September 17. The original proposal, one copy, and an electronic copy (via e-mail to holly.carr@gsa.gov) shall be submitted to the following address: GSA IT Acquisition Services Center (TFFL), ATTN: Holly T. Carr, 1800 F Street NW, Room 2024; Washington DC 20405. The Offeror?s proposal shall be submitted in three volumes as follows: I) Price Proposal, 5 pages; (II) Technical Proposal no more than 30 pages, III) Past Performance 2 pages per reference; 4 references required. Offerors must submit, under a separate tab, all (if any) assumptions, conditions, or exceptions upon which the Price Proposal is based. Vendor must provide DUNNS Number and TIN. The Government will evaluate whether the Offeror?s technical proposal meets the technical requirements: 1) Functional and Logistic Requirements; 2) Quantities; 3) Programming, Testing, and Shipping; 4) Documentation, 5) Warranty; and 6) Training. Responses may be hand-carried. The provisions of: 52.212-1, Instructions to Offerors ? Commercial Items; 52.212.-3, Offeror Representations and Certifications ? Commercial Items; 52.212.-4, Contract Terms and Conditions; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items. 52.212-2: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price Proposal; Technical Proposal; and Past Performance. Technical Proposal and Past Performance, when combined, are significantly more important than Price. Copies available upon request. For information, contact Holly Carr at 571-215-9921.
- Web Link
- Visit this URL for the latest information about this (http://www.eps.gov/spg/GSA/FTS/TFL/RFPTO1ACP3431/listing.html)
- Record
- Loren Data Corp. 20010831/70SOL012.HTM (D-241 SN50W3D8)
| 70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index
|
Issue Index |
Created on August 29, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|