SPECIAL NOTICE
99 -- Deployable Communication Systems
- Notice Date
- 9/30/2005
- Notice Type
- Special Notice
- Contracting Office
- P.O. Box 190022, North Charleston SC 29419-9022
- ZIP Code
- 29419-9022
- Solicitation Number
- DON-SNOTE-050930-002
- Archive Date
- 10/6/2005
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented by additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation No. N65236-05-R-0639 is issued as a RFP. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-05. The applicable NAICS Code is 334220 with a size standard of 750 employees. This is a sole source procurement because the items being purchased are unique items available from TeleCommunication Systems, Inc., Annapolis, MD. The required items are 4 each SWL-5100, Swiftlink 5100 Executive GSM Kit; 3 each, SWL-DVM-100, 1.0-meter Ku-band Deployable VSAT Module with integrated iDirect Technology D-TDMA satellite Modem; 7 each, SWL-1400-CONF-001, Swiftlink 1400 Secure Future NarrowBand Digital Terminal (FNBDT) consisting of standard POTS, PBX, GSM, Ethernet, WiFi and Iridium satellite-phone capable chassis configuration, Sectera Wireline Terminal (Type 1) encryptor, power adaptor, antennas, cables, black ballistic soft-side rolling carry case, operating instructions, and Basic Level Product Support Services during the first 12 months after delivery of products, and 5 each, TCS-SWL-2310, Swiftlink 2310 Deployable System Portable communications terminal standard configuration consisting of an electronics module with Type 1 encryption for both NIPR and SIPR access, satellite communications terminal and a commercial quality backpack. Delivery is FOB Destination and the Delivery date will be set forth in individual delivery orders. The resulting contract will be Indefinite Delivery, Indefinite Quantity Firm Fixed Price. Provision 52.212-1, Instructions to Offerors-Commerical Items, is hereby incorporated by reference. Offerors are to include a completed copy of provision FAR 52.212-3 Alt. I, Offeror Representations and Certifications-Commercial Items, with its offer. FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, including the following clauses: 52.203-6 (Alt. I), 52.216-18, 52.216-22, 52.219-8, 52.219-8, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-13, and 52.232-33. DFARS Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes and Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition; including the following clauses: 52.203-3, 252.212-7000, 252.219-7003, 252.225-7001, 252.225-7012, 252.225-7014, 252.226-7001, 252.232-7003, 252.243-7002, 252.247-7023, and 252.247-7024. Any additional contract requirements or terms and conditions determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices will be incorporated. The Defense Priorities and Allocations System (DPAS) and assigned rating is DO-A7. Signed and dated offers must be submitted to the header address before 2:00 on 6 October 2005. POC Brenda Yopp, Code 0215BY, telephone number (843)218-5979. See Note 22.
- Web Link
-
Click on the link to view the special notice
(https://e-commerce.spawar.navy.mil/command/02/acq/navhome.nsf/homepage?readform&db=navgenint.nsf&whichdoc=33ADA5E3B2C601FE8825708C006E10F8&editflag=0)
- Record
- SN00907481-W 20051002/050930212059 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |