Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2007 FBO #2119
MODIFICATION

58 -- Mobile Multi-Network Communication Kits

Notice Date
9/13/2007
 
Notice Type
Modification
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Defense Information Systems Agency, Procurement and Logistics, DITCO-Pacific, 477 Essex Street, Pearl Harbor, HI, 96860-5815, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HC101907T0004
 
Response Due
9/20/2007
 
Archive Date
10/5/2007
 
Point of Contact
Kristopher Tom, Contract Specialist, Phone 808-472-0280, Fax 808-472-2522, - Roy Matsuo, Contract Specialist, Phone 808-472-0282, Fax 808-472-2522,
 
E-Mail Address
kristopher.tom@disa.mil, roy.matsuo@disa.mil
 
Small Business Set-Aside
Total Small Business
 
Description
HC1019-07-T-0004 AMENDMENT 1 DELETES AND REPLACES THE ORIGINAL COMBINED SYNOPSIS/SOLICITATION IN IT'S ENTIRETY. CONTRACTORS SHALL RESPOND TO THE AMENDMENT 1 COMBINED SYNOPSIS/SOLICITATION SHOWN BELOW. The Defense Information Technology Contracting Organization, Pacific (DITCO-PAC), Pearl Harbor, Hawaii intends to award a firm-fixed-price contract for Mobile Multi-Network Communication Kits . THIS PROCUREMENT IS A TOTAL SMALL BUSINESS SET-ASIDE AND IS THEREFORE OPEN ONLY TO SMALL BUSINESS CONCERNS. The applicable NAICS Code is 334220 and 750 employees respectively. This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures found at FAR Part 13, as supplemented with the additional information included in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. Reference Request for Quotation (RFQ) number HC1019-07-T-0004 on all quotes and correspondence. The Prospective contractor is responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. This synopsis/solicitation is being issued as a Request for Quotations (RFQ), for a Firm Fixed Price type contract incorporating provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-19 Effective on August 17, 2007 & Defense Change Notice 20070906 Edition. These clauses may be obtained via the Internet at FAR site: http://www.acquisition.gov/comp/far/index.html or DFARS site: http://www.acq.ods.mil/dp/dars/dfars.html or by request from this office. OFFERS ARE BEING SOLICITED ON A BRAND NAME OR EQUAL BASIS. PROSPECTIVE QUOTERS SHALL SUBMIT DETAILED SPECIFICATIONS, ALONG WITH PICTURES OF THE ITEMS, IN SUFFICIENT DETAIL TO ALLOW FOR A TECHNICAL EVALUATION OF THE PROPOSED COMMUNICATIONS KITS. TECHNICAL SPECIFICATIONS: The procurement of three (3) Mobile Multi-Network Communication Kits along with accompanying labor, training and global warranty support shall meet the following requirements. The data communication kits should be compact in nature weighing no more than 45 lbs and meet airline physical specifications for hand carried luggage. The kits should operate on world-wide AC voltage standards 110-240 VAC as well as provide interfaces to operate from a fixed 12volt DC supply/battery pack. All power should be passed through a filtered UPS battery system to insure clean power is delivered to critical electronic components which may be sensitive to power surges. The communications equipment should provide the proper interface to physically and electrically support the government furnished Viasat KG-250 IP encryptor which will provide a secure Type-1 communications path. In addition to the KG-250 unit the Mobile Kits will provide communications equipment which supports a Cisco VPN tunnel on the black side from the Mobile kit to the existing PACFLT base-station as well as fail-over capability to a secondary base-station system located at USPACOM. The existing base stations have both IP WAN connectivity as well as ISDN dialin. Both base-station communications paths utilize Cisco VPN tunnels for securing the channel as well as Type-1 HAIPE encryption. The kits should support the use IPv6 and HAIPE 1.3 as well as 3.0 encryption standards. The existing kits will be used interchangeably with existing Mobile Multi-Network Communications kits and all parts should be interchangeable with existing kits for resolving/testing issues in field conditions. The kits should meet MILCON standards and be ruggidized for use by military personnel in field environments. The Mobile kits will have the capability to connect and interface to a basic IP network, a BGAN satellite system, an ISDN line or a Nera Saturn BTII INMARSAT terminal. A minimum of 2 RJ45 interface ports for computers will be made available on the black side interface of the KG-250 but inside the Cisco VPN tunnels. On the encrypted side of the KG-250 electronic equipment with at least one serial port capable of interfacing to a KIV-7 unit will be available along with the appropriate cabling. This is in addition to the RJ45 IP ports (minimum of 2 ports) available on the red-side for IP connection of two computers. Electronic routing devices on both the red and black side capable of support OSPF routing and GRE tunnels will be installed w/in the Mobile kit as well. In addition to the 3 basic Mobile kits procured this contract will support 3 days of installation, 2 days of training and all appropriate documentation for operation of the kit. The kits must also meet or already have certification for operation at both the unclass and classified levels. Preference will be given to kits which can demonstration existing successful installations as well as accreditation and certification certificates such as complying with EAL standards or existing SSAA/ATO packages at military installations. At least one year of warranty support accessible from around the world for replacement of failed components within a two week period will also be included. This requirement is for a firm fixed price contract for the following: [CLIN 0001] Mobile Kit, Part Number DCD-EM-V2, quantity of 3 each. [CLIN 0002] Mobile Kit Enhanced Warranty, Part Number DCD-EM-V2-ENH, quantity of 3 each. [CLIN 0003] 3 days of installation, 2 days of training and all appropriate documentation for operation of the kits. Quotes shall be FOB Destination to Pearl City, HI 96782. Desired delivery date is SEPTEMBER 30, 2007, or state best delivery date. All proposed travel costs shall be in accordance with Joint Travel Regulations (JTR). The prospective contractor must be registered in the Central Contractor Registration Database (CCR) to be eligible for Department of Defense Contract awards. Lack of registration in the CCR database will make an offeror/quoter ineligible for award. The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items applies. The Government intends to award a contract without discussions but reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. Unless otherwise provided in the schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered at the unit prices offered unless the offeror specified otherwise in the offer. FAR 52.212-2, Evaluation - Commercial Items is applicable to this procurement. A single award will be made to the responsible contractor whose quote is technically acceptable, lowested priced. The Offeror shall submit a completed copy of the provisions listed below along with their offer: FAR 52.212-3 Alternate 1, Offeror Representation and Certifications-Commercial Items. Please complete your Representations and Certifications at the following website: https://orca.bpn.gov/; DFARS 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country; DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items; Also, DFARS 252.225-7000, Buy American Act?Balance of Payments Program Certificate apply to this requirement; DFARS 252.247-7022, Representation of extent of transportation by Sea; The following clauses apply to the requirement: FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies; FAR 52.237-2, Protection of Government Buildings, Equipment and Vegetation; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. THE FOLLOWING CLAUSES UNDER FAR 52.212-5 APPLY TO THIS REQUIREMENT: FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.219-28, Post Award Small Business Program Representation; FAR 52.222-3, Convict Labor; 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 Vietnam Era, & Other Eligible Vets; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled and Vietnam Era Veterans; FAR 52.222-39, FAR 52.222-41, Service Contract Act of 1965, As amended - WAGE DETERMINATION NO. 2005-2153 (REV 5) DATED 05-29-2007 APPLIES; FAR 52.222-42, Statement of Equivalent Rates for Federal Hires; FAR 52.225-13, Restrictions on Certain Foreign Purchases; and FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; DFARS 252.204-7004, Required Central Contractor Registration; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. THE FOLLOWING CLAUSES UNDER DFARS 252.212-7001 APPLY TO THIS REQUIREMENT:: DFARS 252.225-7001, Buy American Act and Balance of Payment Program; DFARS 252.247-7023 ALT III, Transportation of Supplies by Sea; DARS 52.204-9001 CONTRACT/ORDER CLOSEOUT?Fixed-Price, Time-and-Materials, or Labor-Hours (JAN 2007) Timely contract closeout is a priority under this contract/order. The Contractor shall submit a final invoice within ninety (90) calendar days after the expiration of this contract/order, unless the Contractor requests and is granted an extension by the Contracting Officer, in writing. In addition, and concurrent with the submission of the final invoice, the Contractor shall notify the Contracting Officer of the amount of excess funds that can be deobligated from this contract/order so the closeout process can begin as soon as possible upon expiration of this contract/order. A bilateral contract/order closeout modification will be forwarded to the Contractor by the Contracting Officer and must be signed by the Contractor and returned to the Contracting Officer within thirty (30) calendar days of issuance of the modification. A Contractor?s failure to respond and/or sign the bilateral closeout modification within thirty (30) calendar days of receipt will constitute approval of the terms of the modification and the modification will subsequently be processed unilaterally by the Contracting Officer to deobligate excess funds and close this contract/order. If this contract/order contains option periods, the Contractor is required to submit an invoice within ninety (90) calendar days after expiration of the base period of performance and the expiration of each exercised option period of performance to allow for deobligation of excess funds that were obligated in those respective periods of performance. DARS 52.209-9000, ORGANIZATIONAL AND CONSULTANT CONFLICTS OF INTEREST (OCCI)(DEC 2005) (a) An offeror shall identify in its proposal, quote, bid or any resulting contract, any potential or actual Organizational and Consultant Conflicts of Interest (OCCI) as described in FAR Subpart 9.5. This includes actual or potential conflicts of interests of proposed subcontractors. If an offeror identifies in its proposal, quote, bid or any resulting contract, a potential or actual conflict of interests the offeror shall submit an Organizational and Consultant Conflicts of Interest Plan (OCCIP) to the contracting officer. The OCCIP shall describe how the offeror addresses potential or actual conflicts of interest and identify how they will avoid, neutralize, or mitigate present or future conflicts of interest. (b) Offerors must consider whether their involvement and participation raises any OCCI issues, especially in the following areas when: (1) Providing systems engineering and technical direction. (2) Preparing specifications or work statements and/or objectives. (3) Providing evaluation services. (4) Obtaining access to proprietary information. (c) If a prime contractor or subcontractor breaches any of the OCCI restrictions, or does not disclose or misrepresents any relevant facts concerning its conflict of interest, the government may take appropriate action, including terminating the contract, in additional to any remedies that may be otherwise permitted by the contract or operation of law. DARS 52.239.9001, DATA INFORMATION ASSURANCE PROTECTION (JULY 2006). (a) The contractor shall protect and safeguard sensitive Government Provided Information (GFI) and data from inadvertent disclosure, misuse, display, theft, and unauthorized actions that would destroy or render the information unavailable for specific government use. Should the contractor, or one of his/her employees, make any inadvertent or any unauthorized disclosure(s) or willfully participate in activities that result in detrimental harm to the protection and safeguarding of sensitive (GFI) and data, such actions may be considered to be a breach of this contract and the terms of the Default clause may be invoked. The contractor shall afford safeguarding consistent with the protection requirements identified by the government until such time the government deems the information/data is not no longer sensitive and provides corresponding written notification to the contractor. (b) All contractor and support contractor personnel with access to DISA and DOD Information Systems shall complete initial information assurance awareness and annual refresher training in accordance with DOD Directive, 8570.1, IA Training, Certification, and Workforce Management. (c) To support IA professionals, the DoD IA Portal (IA Support Environment (IASE)) provides DOD IA policy-training requirements and DoD sponsored training. The IA Portal is located at http://iase.disa.mil. This site also provides access to DOD Directive 8500.1, Information Assurance (IA), and DOD 8570.1-M, Information Assurance Workforce Improvement Program. All prospective quoters interested in submitting a proposal for this solicitation shall include your name, address, telephone number, point of contact, fax number, e-mail address and commercial and Government Entity (CAGE) code. REVIEW OF AGENCY PROTEST (a) The contracting activity, Defense Information Technology Contracting Organization, Pacific (DITCO-PAC), Pearl Harbor, Hawaii, will process agency protest in accordance with the requirements set forth in FAR 33.103 (d) (4), agency protests may be filed directly with the appropriate Reviewing Authority or a protester may appeal a decision rendered by a Contracting Officer to the Reviewing Authority. Agency procurement protests should clearly identify the initial adjudicating official, i.e, the Contracting Officer or Reviewing Official. (c) The Reviewing Authority for DITCO-PAC is the Head of Contracting Office (HCO), Defense Information Technology Contracting Organization, Pacific, at 477 Essex St., BLDG 77, STE 180, Pearl Harbor, HI 96860-5815. (d) The decision of the Contracting Officer will not extend the timeliness requirements of GAO. Therefore, any subsequent protest to GAO must be filed within 10 days of knowledge of initial adverse agency action. Any questions regarding this requirement must be in writing and submitted no later than 9:00 a.m. (Hawaii Standard Time) SEPTEMBER 19, 2007. Quotes must be received no later than 9:00 a.m. (Hawaii Standard Time), SEPTEMBER 20, 2007. Quotes shall be faxed to (808) 472-2522. Quotes may be emailed to kristopher.tom@disa.mil.
 
Place of Performance
Address: Pearl City, Hawaii
Zip Code: 96782
Country: UNITED STATES
 
Record
SN01405098-W 20070915/070913220144 (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.