SOLICITATION NOTICE
70 -- Type 2 Cryptographic Support Server
- Notice Date
- 5/23/2007
- Notice Type
- Solicitation Notice
- NAICS
- 423430
— Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, NC, 28310, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- Reference-Number-W81RUC7137B105
- Response Due
- 6/4/2007
- Archive Date
- 8/4/2007
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for a commercial item prepared in accordance with FAR Subpart 12.6 and 13.5 and supplemented with additional information in this notice. This announcement constitutes the only solicitation, quotes are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect under Federal Acquisition Circular 05-10. Provisions and clauses may be downloaded at http://farsite.hill.af.mil. It is the responsibility of the offeror to be familiar with all applicable clauses and provisions. This requirement is 100% set aside for small business concerns (SBC). The NAICS code is 423430 and the size standard is 100 employees or less (nonmanufacturer size standard is 500 employees or less). This acquisition will result in a firm fixed price type contract. The Government reserves the right to make multiple awards in the event that it is most advantageous to the Government. The contractor shall provide the following six (6) Contract Line Item Numbers (CLINs): CLIN 0001: Type 2 Cryptographic Support Server (T2CSS) (Quantity 6) - 8 processor cryptographic server board, software, online documentation, and 1 year standard warranty. CLIN 0002: MAINT-T2-2AD (Quantity 6) - 2-Year Post Warranty Maintenance per T2CSS following expiration of standard warranty coverage provided in CLIN 0001 above. CLIN 0003: ECA-MT2-1 (Quantity 1) - Enhanced CAW Adapter (ECA) and its own Mini-T2CSS required to operate the ECA - ECA hardware, firmware, 2-processor T2CSS cryptographic server board, software, online documentation and 45 day standard warranty. CLIN 0004: MAINT-ECA-MT2-2 (Quantity 1) - 2 year Post warranty maintenance per ECA-Mini-T2CSS Bundle following expiration of standard warranty coverage provided in CLIN 0003 above. CLIN 0005: CADIE (Quantity 1) - CAW Adapter Database Import Export (CADIE) Application utility. CLIN 0006: MAINT-CADIE-2AD (Quantity 1) - 2-Year Post Warranty Maintenance per CADIE. Please indicate which items, if any, noted above are not separately priced. These specific brand named items are required for the DMS Automated Message Handling System (AMHS) which is a component of the DOD Global Messaging Network system and may be supported by approved Dodd Global Messaging Network vendors only. Place of delivery is HQ, USASOC PBO/PCA, Fort Bragg, North Carolina and delivery is required as soon as possible after receipt of an order. Vendor should include delivery time with quotation. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses are hereby incorporated by reference into this procurement action: 52.204-7, Central Contractor Registration; 52.212-1, Instructions of Offerors?Commercial Items; 52.212-4, Contract Terms and Conditions--Commercial Items; 52.219-6, Notice Of Total Small Business Set-Aside; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-37, Employment Reports On Special Disabled Veterans, Veterans Of The Vietnam Era, and Other Eligible Veterans; 52.225-1, Buy American Act ? Supplies; 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration; 52.246-2, Inspection Of Supplies--Fixed Price; 52.247-34, F.O.B. Destination; 252.204-7001, Commercial And Government Entity (CAGE) Code Reporting; 252.212-7001 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation); and 252.232-7003, Electronic Submission of Payment Requests. FULL TEXT: 52.211-8 , Time of Delivery with the following addenda to paragraph (b), The Government requires delivery to be made as soon as possible after receipt of order but not later than 30 days following receipt of a written award; 52.212-2 , Evaluation?Commercial Items, with the following clause addenda to paragraph (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 delivery considered. The following factors shall be used to evaluate offers. (1) Delivery and (1) Price. Delivery. Offers will be evaluated for ability to meet the delivery schedule. Delivery is defined as the capacity and affirmation to conform to, or exceed, the required delivery date (RDD) of this solicitation. Alternate delivery schedules that improve the RDD will be considered. Offerors shall state when they can deliver the items being requested. Price. Offers will be evaluated for price. Prices shall be quoted in accordance with the CLIN(s) as identified in this synopsis/solicitation and will be incorporated into the Schedule of Supplies and Services in the resulting award. Delivery is slightly more important than price; 52.212-3, Offeror Representations and Certification?Commercial Items; 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Deviation); 52.252-1 Solicitation Provisions Incorporate By Reference: http:// farsite.hill.af.mil; 52.252-2 Clauses incorporated by reference: http:// farsite.hill.af.mil. 52.252-6 Authorized Deviations In Clauses, (b) Defense Federal Acquisition Regulation (DFAR). (48 CFR CH 2); and 252.211-7003, Item Identification and Valuation. Offers referencing number W81RUC7137B105 may be submitted (1) e-mailed (preferred) to Umetria Thomas at thomasu@soc.mil; (2) in hard copy via mail or hand-delivered to DCS, Acquisitions and Contracting, HQ US Army Special Operations Command, ATTN: AOCO (Ms. Umetria Thomas), 2929 Desert Storm Drive (Stop A),Fort Bragg, NC 28310-9110; or (3) electronically via fax to (910) 432-9345. It is the offeror?s responsibility to confirm receipt of responses to this RFQ. Offers shall include: (1) letter signed by an individual authorized to bind the offeror; (2) Representations and Certifications compliant with FAR Clause 52.212-3; (3) acknowledgement and agreement of any issued amendments; (4) acknowledgement of delivery time; and (5) a priced schedule of supplies. Amendments, if any, will be published on FedBizOpps at http://www.fedbizopps.gov/. It is the offeror?s responsibility to review the website for any changes or amendments to this RFQ. Offers must be received by 10:00 AM EST, Monday, 04 June 2007. Questions regarding this RFQ will be accepted from interested parties up to 10:00 AM EST, 30 May 2007. Any questions submitted thereafter will be entertained; however, the due date for quotes will not change. Questions should be e-mailed to Umetria Thomas at thomasu@soc.mil. Numbered Note 1 applies to this solicitation.
- Place of Performance
- Address: FORT BRAGG, NC
- Zip Code: 28310
- Country: UNITED STATES
- Zip Code: 28310
- Record
- SN01301850-W 20070525/070523230731 (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 |