Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 20, 2006 FBO #1759
SOLICITATION NOTICE

58 -- BGAN Deployable IP Communication System

Notice Date
9/18/2006
 
Notice Type
Solicitation Notice
 
NAICS
517212 — Cellular and Other Wireless Telecommunications
 
Contracting Office
ACA, Aberdeen Proving Ground, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK06T0810
 
Response Due
9/20/2006
 
Archive Date
11/19/2006
 
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, 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. This acquisition is issued as a Request for Quotes (RFQ). The combined synopsis/solicitation number is W91ZLK-06-T-0810. THIS SOLICITATION IS A 100% TOTAL SMALL BUSINESS SET ASIDE. This solici tation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-12. The associated North America Industry Classification System (NAICS) Code is 517212 and the Business Size Standard is 1,500. The co ntractor shall provide the following : CLIN 0001  Swiftlink Red/Black BGAN Homestation that must be capable of supporting the SwiftLink Red/Black Deployable IP Comms Systems, include necessary networking equipment, labor, travel, installation & product or ientation to customer's site at Aberdeen Proving Ground (Edgewood Area), MD and conform to the following DETAILED specs: VPN Router to access the SIPRnet, NIRPnet, 8 port Hub or Switch, All Crypto GFE., Size Requirement: the communications package must be housed in a SINGLE transport case - be small & lightweight to support mission needs  the communications package size CANNOT exceed the following size: 21.2 x 16 x 8.3, Quantity 1 EA; CLIN 0002  Swiftlink Red/Black Deployable IP Communication System wi th BGAN Reachback, must be packaged in a single rugged transit case, Size Requirement: the communications package must be housed in a SINGLE transport case - be small & lightweight to support mission needs  the communications package size CANNOT exceed th e following size: 21.2 x 16 x 8.3 Quantity 4 EA; CLIN 0003  Explorer 700 BGAN Satellite terminal w/removeable antenna, TT-3720A, Quantity 4 EA; CLIN 0004  SwiftLink Enhanced Maintenance Support for SwiftLink Red/Black Deployable IP Comms System cons isting of 24 x 7 Help Desk, expanded depot maintenance services, limited parts inventory access, Quick-Exchange Program, basic on-site technical support, premium service documentation and level 1 technician as described by SwiftLink Services Agreement Plan during the first 12 months after delivery of products, priced for a 1-year support period, Quantity 4 EA. Please contact the POC listed below if you have further questions. Acceptance shall be at Destination. Shipping shall be FOB Destination. Delivery shall be to the U.S. Army Aberdeen Proving Ground (Edgewood Area), MD 21010. In accordance with FAR 52.212-2 Evaluation  Commercial Items (Jan 1999), the contract will be awarded to Lowest Price Technically Acceptable (LPTA). The technical evaluation wil l be a determination as to equality of the product and shall be based on information furnished by the vendor. The Government is not responsible for locating or securing any information, which is not identified in the quotation. To ensure sufficient informa tion is available, vendors are requested to provide descriptive material such as illustrations, drawings, or other information necessary for the Government to determine whether the product meets the salient characteristics of the requirement. The Governmen t will award a contract to the offeror whose offer conforms to this solicitation and will be most advantageous to the Government, price and other factors considered. The following clauses will be incorporated by reference. 52.209-6 Protecting the Governmen ts Interest When Subcontracting with contractors debarred, suspended or proposed for debarment. 52.212-4 Contract Terms and Conditions Commercial Items, 52.223-11 Ozone-Depleting Substances, 52-247-34 F.O.B. Destination. The provision at 52.212-1, Instruc tions to Offerors Commercial, applies to this acquisition The government will award a contract to the offeror whose offer conforms to this solicitation and will be most advantageous to the government. The government reserves the right to make an award without discussions. Offeror shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, and DFAR 252. 212-7000, Offeror Representation and Certification with its offer. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I, FAR 52.219-6 Notice Of Total Small Business Set-Aside; FAR 52.219-8; Utilization of Small Business Concerns; FAR 52.219-14 Limitatio ns on Subcontracting; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222.35 Equal Opportunity for Special Disabled Veterans, Veterans of the V ietnam Era, and other Eligible Veterans; FAR 52.222-36 Affirmative Action For Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.225-13 Restrictions on Certain Foreign Purchase, FAR 52. 232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; DFAR 252.212-7001 Contract Terms and Conditions required to Implement Statutes or Executive Orders applicable to Defense Acquisitions of Commercial Items. The following additiona l DFAR clauses cited in the clause 252.212-7001 are applicable: 52.203-3 Gratuities, 252.225-7001 Buy America and Balance of Payment Program, 252.225-7012 Preference for Certain Domestic Commodities, 252.225-7015 Preference for Domestic Hand or Measuring T ools , 252.232-7003 Electronic Submission of Payment Requests. The full text of the FAR references may be accessed electronically at this address: http://farsite.hill.af.mil, and http://www.acquisition.gov/comp/far/index.html. Responses to this RFQ must b e signed, dated, and received via electronic mail or fax by September 20, 2006 no later than 06:00 PM EST at the US Army Contracting Agency, SFCA-NR-APC-T (Tanya Peel), 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013. Vendors who are not re gistered in the Central Contractor Registration (CCR) database prior to award will not be considered. Vendors may register with CCR by calling 1-800-334-3414 or by registering online at www.ccr.gov. For questions concerning this solicitation contact Tanya Peel, Contract Specialist via fax (410)306-3890, or via email tanya.peel@us.army.mil.
 
Place of Performance
Address: ACA, Aberdeen Proving Ground Directorate of Contracting, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
Country: US
 
Record
SN01147008-W 20060920/060918221005 (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.