Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 05, 2008 FBO #2475
SOLICITATION NOTICE

70 -- Advantech SatNet S5100 DVB-RCS VSAT Terminals and Advantech SatNet Micro-DVB-RCS Hub

Notice Date
9/3/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334119 — Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
Defense Information Systems Agency, Procurement Directorate, DITCO-Scott, 2300 East Dr., Building 3600, Scott AFB, Illinois, 62225-5406, United States
 
ZIP Code
62225-5406
 
Solicitation Number
DGEMZ88539
 
Response Due
9/11/2008 10:00:00 AM
 
Archive Date
9/26/2008
 
Point of Contact
Lori M. Dall, Phone: 6182299487
 
E-Mail Address
lori.dall@disa.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The Defense Information Technology Contracting Organization (DITCO), Contracting Division, Net-Centric Services Branch, Hardware/Software Section (DITCO/PL8322), 2300 East Drive, Scott AFB IL 62225-5406, intends to issue 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. All quotes must be for BRAND NEW products. Quotes for used, re-furbished, etc items will not be accepted. This requirement is set-aside for small business. Contract award cannot be made to any contractor not enrolled in the Department of Defense (DOD) Central Contractor Registration (CCR) program. The CCR website is http://www.ccr.gov. Vendors providing pricing must be authorized resellers of the OEM. The required delivery date is 30 days ARO. All quotes are due NLT 11 Sep 2008, 10am CST. Questions will be accepted until 9 Sep 2008, 10am CST. Please contact lori.dall@disa.mil with questions. Evaluation of quotes will be conducted using Simplified Acquisition Procedures per FAR Part 13.106. The evaluation criterion is: TECHNICAL ACCEPTABLENESS(1) AND PRICE (2). PROVIDE THE FOLLOWING CONTRACTOR INFORMATION ON YOUR SUBMITTED RFQ: 1. DUNS Number _________________________________________ 2. TIN Number ___________________________________________ 3. CAGE Code ___________________________________________ 4. Contractor Name ______________________________________________________ 5. Payment Terms (net 30) or Discount _____________________________________ 6. Delivery Date _________________________________________ 7. Business Size (i.e. small, women-owned, etc.)______________________________ 8. Point of Contact & Phone Number________________________________________ 9. Fax Number _____________________________________ 10. Email address___________________________________________________ 11. FOB (destination or origin)_______________________________________ Requiring Activity: Defense Information Systems Agency DCode: GE23 5275 Leesburg Pike Falls Church, VA 22041 Contracting Activity: Defense Information Systems Agency Defense Information Technology Contracting Organization, Scott Filed Office ATTN: PL8 2300 East Drive Scott AFB, IL 62225-5406 This will be a firm, fixed price acquisition of commercial, off-the-shelf equipment for the Digital Video Broadcast-Return Channel Satellite (DVB-RCS) in support of USCENTCOM Global War on Terrorism (GWOT) Operation Iraqi Freedom (OIF). The effort is being performed at the USCENTCOM deployed location in Iraq. The equipment is needed to satisfy a USCENTCOM emergent requirement for additional Unmanned Aerial Vehicle (UAV) video dissemination to deployed forces utilizing the DVB-RCS and GBS systems within the USCENTCOM AOR. This is a purchase request for an Advantech MicroHub which will consist of a Forward Link Subsystem to include an IP encapsulator and Modulator and a Return Link Subsystem which will consist of a Micro chassis MCD card, processor card, and router and Advantech SatNet S5100 DVB-RCS VSAT Terminals. Item DESCRIPTION QTY Unit Price Total Price SatNet Micro DVB-RCS Hub Micro RLSS, including: 1 $ $ Licensed capacity for 50 Terminals, licensable for more Return link throughput of 24Mbps, with multiple rate support (128Kbps to 4Mbps) Micro FLSS, including: Advantech DVB-S or DVB-S2 Modulation Skystream IP to MPEG encapsulator up to 80 Mbps Forward link throughput of 40Msym/s IP Router Cisco 3825 Micro GPS Timing Unit Micro NetManagerTM, including: Subscriber Management QoS Management SLA Management Configuration Management GUI MicroHub mounted into 2 transit Services On-Site Installation 1 $ $ Basil On-Site Training, 8 days Documentation Maintenance & Technical Support First Year, Premium Package, 24x7, Hotline, Emergency Replacement 1 $ $ Modem Advantech SatNet S5100 DVB-RCS VSAT Terminals 45 $ $ GRAND TOTAL $ This notice incorpoates provisions and clauses in effect through Federal Acquisition Circular (FAC)2005-26, Defense Federal Acquisition Regulation Supplement (DFARS) DCN 20080212. The complete text of any of the clauses and provisions are available electronically from the following site: http://www.farsite.hill.af.mil The following provisions apply to this requirement: FAR 52.212-1 Instructions to Offerors-Commercial, 52.212-3 Offeror Representations and Certifications-Commercial Items, FAR Clause 52.212-4 Contract Terms and Conditions-Commercial Items, 52.212-5 Contract Terms and Conditions Required to Implement Statues Or Executive Orders-Commercial Items, 52.203-6 Restrictions on Subcontractor Sales to the Government, Alt I, 52.219-8 Utilization of Small Business Concerns, 52.222-3 Convict Labor, 52.222-19 Child Labor, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Vets, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled, 52.225-13 Restriction on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer, 52.239-1 Privacy or Security Safeguards, 52.222-22 Previous Contracts & Compliance Reports, 52.243-1 Changes-Fixed Price, 52.252-1 Solicitation Provisions Incorporated by Reference, 52.252-2 Clauses Incorporated by Reference, 52.252-5 Authorized Deviations in Provisions, 52.252-6 Authorized Deviations in Clauses, DFARS 252.204-7000 Disclosure of Information, 252.204-7003 Control of Government Personnel Work Product, 252.211-7003 Item Identification and Valuation, 252-212-7001 Contract Terms and Conditions, 252.243-7001 Pricing of Contract Modifications, 52.204-9000 Points of Contact, 252.232-7003 Electronic Submission of Payment Requests, 52.232-9000 Wide Area Workflow, 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Foreign Transactions, 52.203-12 Limitations on Payments to Influence Certain Federal Transactions, 52.204-4 Printed or Copied Double-Sided on Recycled Paper, 52.215-20 Requirements for cost or Pricing Data or Information Other Than cost or Pricing Data, 52.227-2 Notice and Assistance Regarding Patent and Copyright Infringement, 52.232-17 Interest, 52.242-13 Bankruptcy, 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country, 252.209-7004 Subcontracting With Firms That Are Owned or Controlled by the Government of a Terrorist Country, 252.212-7000 Offeror Representations and Certifications-Commercial Items, and Section 508 Requirements Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 749d) requires Federal agencies acquiring Electronic and Information Technology (EIT) to ensure that Federal employees with disabilities have access to and use of information and data that is comparable to the access and use by Federal employees who are not individuals with disabilities. All EIT procured under this contract/order must meet the following 36 CFR 1194 accessibility standards. The full text of the accessibility standards is available at: http://www.accessboard.gov/sec508standards.htm 1194.23 - Telecommunicaitons Products
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=15a78554a65ee11268da6db92bb1fd65&tab=core&_cview=1)
 
Place of Performance
Address: Gloria Witherspoon/DISAGE23, 701 S. Courthouse Rd. (Warehouse Bldg 15), Arlington, Virginia, 22204, United States
Zip Code: 22204
 
Record
SN01657934-W 20080905/080903222649-15a78554a65ee11268da6db92bb1fd65 (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.