Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2006 FBO #1714
SOLICITATION NOTICE

99 -- NSA Approved Degausser

Notice Date
8/4/2006
 
Notice Type
Solicitation Notice
 
NAICS
333999 — All Other Miscellaneous General Purpose Machinery Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 89th CONS, 1419 Menoher Drive, Andrews AFB, MD, 20762-6500
 
ZIP Code
20762-6500
 
Solicitation Number
FA4416-06-Q-0177
 
Response Due
8/11/2006
 
Archive Date
8/26/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the FAR, 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 solicitation number, FA4620-06-Q-0177, is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-03. The NAICS code is 333999. The size is 500 employees. This acquisition is 100% set-aside for small business. If adequate competition is not achieved, the synopsis/solicitation will be re-issued as an unrestricted synopsis/solicitation. The requirement is for the purchase, maintenance, calibration and repair of one HD-1T Degausser, P/N 951-0000, OR EQUIVALENT. The degausser must meet DoD specifications for purging classified/sensitive information from hard disk media, zip disks, and jazz disks up to 5000 Oersteds without removing the disk platters. Degausser must also meet DoD specification for purging all classified/sensitive information from tape media up to 2600 Oersteds including DLT III, DLT IV, SuperDLT, LTO, LTO-2, 8mm, DDS1, DDS2, DDS3, DDS4, S-VHS, D-9, Dvcam and VHS. Degausser must be listed in the National Security Agency (NSA) Approved Degausser Product List (DPL) as meeting these requirements. Must accept tapes and hard drives to 1 inch high by 4 inches wide by 8 inches long. Must have the ability to degauss multiple hard drives at once. The footprint of the degausser must be no greater than 30 inches wide by 29 inches deep. The contractor shall provide two degausser certifications/calibrations within one year once the degausser has been delivered (once per 6 months). The certifications are required to verify erasure performance by the precise recording of test signals on sample media and the ultra-sensitive measurement of those signals remaining after the degaussing at Andrews AFB, MD. The following Provisions and Clauses apply to this announcement: FAR 52.212-1, Instruction to Offerors--Commercial Items (Oct 2000); FAR 52.212-2, Evaluation--Commercial Items (Jan 2005). The Government will award a contract resulting from this RFQ to the offer which is technically acceptable, and best represents the following decision factors; price and price related factors, trade-in value for the current Data Security, Inc. HD660 machine, and delivery date. Offerors submitting offers for products other than the HD-1T Degausser, P/N 951-0000 must also include descriptive literature that will demonstrate product equivalency. FAR 52.211-6 Brand Name or Equal (Aug 1999), FAR 52.209-6 Protecting the Government?s Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment (Jul 2005), FAR 52.212-3, Representations and Certifications - Commercial Items (MAR 2005) with its alternates I (Apr 2002) and II (Oct 2000); FAR 52.212-4, Contract Terms and Conditions-Commercial Items (OCT 2003); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (APR 2005); under paragraph (b) the following clause are incorporate: (13) 52.222-3, Convict Labor (June 2003)(E.O. 11755), (14) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JUN 2004)(E.O. 13126), (15) 52.222-21, Prohibition of Segregated Facilities (Feb 1999), (16) 52.222-26, Equal Opportunity (Apr 2002)(E.O. 11246), (17) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212), (18) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793), (19) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212), (24) 52.225-13, Restrictions on Certain Foreign Purchases and the DEVIATION (MARCH 2005), (29) 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (OCT 2003)(U.S.C. 3332). DFARS 252.204-7004, Required Central Contractor Registration (Nov 2003) [Note: Lack of registration in the Central Contractor Registration (CCR), www.ccr.gov will make an offeror ineligible for award]. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JAN 2005). DFARS 252.225-7036 Buy American Act--North American Free Trade Agreement Implementation Act--Balance of Payments Program (JAN 2005). DFARS 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (JAN 2004). AF FARS 5352.242-9000, Contractor Access to Air Force Installations (JUN 2002) applies. Invoicing and payments must be made utilizing the Wide Area WorkFlow-Receipt and Acceptance program https://wawf.eb.mil. Quotations are due 11 August 2006 by 3:00 p.m. Eastern Standard Time. Faxed or E-mailed quotations are allowed and will be considered. Quotes may be faxed, in accordance with FAR 52.214-31, Facsimile Bids (Dec 1989) to Attn: SrA Tyler Perry at (301) 981-1910, E-mailed to tyler.perry@andrews.af.mil or mailed to 1419 Menoher Drive, Andrews AFB, MD 20762. The anticipated award date is 14 August 2006.
 
Place of Performance
Address: 1413 Arkansas Rd Ste 309, Andrews AFB, MD
Zip Code: 20762
Country: UNITED STATES
 
Record
SN01107004-W 20060806/060804222612 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.