|
COMMERCE BUSINESS DAILY ISSUE OF JULY 7,2000 PSA#2637Fleet & Industrial Supply Center, Norfolk Detachment Washington,
Washington Navy Yard, 1014 N Street SE, Suite400, Washington DC
20374-5014 58 -- ENCRYPTION DEVICES FORTRESS TECHNOLOGIES VPN, VPN-10 SOL
N00600-00-Q-6078 DUE 072000 POC SANDRA E. FOSTER, Contract Specialist,
(202) 685-1271, Contracting Officer -- Ayo Johnson E-MAIL: Click here
to contact the Contract Specialist, sandra_e_foster@fmso.navy.mil. 1.
The Fleet & Industrial Supply Center (FISC) Norfolk Detachment
Washington has a requirement for Encryption Devices FORTRESS
TECHNOLOGIES VPN, VPN-10, FOR THE DIRECTOR, NAVAL CRIMINAL
INVESTIGATION SERVICES HEADQUARTERS located at 716 Sicard Street SE,
Suite 2000, Washington Navy Yard, DC 20388. Quotation N00600-00-Q-6078
DUE 20 JULY 2000, 1:00 p.m. Eastern Standard Time (EST). Point of
Contact: Sandra E. Foster, 202/685-1271, 202/433-2970; Ayo Johnson,
Contracting Officer. 2. GENERAL: This solicitation is 100% set aside
for small business. See Numbered Note 1. All qualified responsible
sources may submit a proposal. 3. This is a combined
synopsis/solicitation for commercial items prepared in accordance with
the format in FAR Subpart 12.6, Streamline Procedures for Evaluation
and Solicitation for Commercial Items, as supplemented with additional
information included in this notice. 4. This announcement constitutes
the only solicitation; quotations are being requested and a separate
written solicitation will not be issued. Quotation Number
N00600-00-Q-6078 applies and is issued as a Request for Quotation. 5.
The provisions and clauses incorporated in the RFQ are those in effect
through Federal Acquisition Circular 97-18 and Defense Acquisition
Circular 91-13. 6. The standard industrial code is 3663 and the small
business size standard is 750 employees. 7. This requirement is for a
firm fixed price type contract for two (2) Contract Line Items (CLINs).
CLIN 0001: Fortress Technologies VPN, VPN-10, (greater than 7MBPS, (2)
10/100 Ethernet Ports, 128-Bit, Idea & 56-Bit & 3 Des, 1024,
Concurrent Connections, Self Configuring). PN ID: NF010-F, Quantity 36
each; CLIN 0002: Fortress Technologies VPN, VPN-10 (greater than
7MPBS, (2) 10/100 Ethernet Ports, 128-Bit Idea & 56-Bit & 3 Des, 1024,
Concurrent Connections, Self Configuring). PN STD Support: NF010-S1,
Quantity 36 each. In the event unit price(s) and extend price(s) are
ambiguous, the Government shall use the indicated unit price(s)
forevaluation and award purposes. 8. SPECIFICATIONS: The brand name
specified in the schedule is mandatory. STANDARD COMMERCIAL WARRANTY.
The contractor shall extend to the Government the full coverage of any
standard commercial warranty normally offered in a similar item. 9.
DELIVERY: FOB Destination to the locations stated here in. Deliver one
of each CLIN (CLIN 0001 and CLIN 0002) to the following locations: (A)
NCISFO Northwest (FCI), Land Title Professional Building, 967 Levin
Road NW, Suite L20, Silverdale, WA 98383, POC: Gordon Squire, Phone:
(360) 396-7454; (B) NCISFO Hawaii (FCI), 449 South Avenue, Building
221, Pearl Harbor, HI 96860, POC: Bill Elliot, Phone: (808) 474-1218;
(C) NCISFO Los Angeles (FCI), 1217 W. Foothill, Suite 120, Upland, CA
91786-3675, POC: Mitch Winsberg, Phone: (909) 985-2264, Ext. 252; (D)
NCISFO Far East (FCI), Trng. & Admin., Building 1997, Yokosuka Navy
Base, Yokosuka, Japan 96349-2500 or PSC 473, Box 76 FPO AP 06349-2500,
POC: Steve Phipps, Phone: 011-81-311-743-6042; (E) NCISFO Washington
(FCI), Washington Navy Yard, Bldg 200, 1 North, 901 M Street SE,
Washington, DC 20374-5008, POC: Andrea Smith, Phone: (202) 433-2529;
(F) NCISFO Norfolk (FCI), 1329 Bellinger Blvd, Bldg U-40, Naval Air
Station, Norfolk, VA 23511-2395, POC: Rita O'Connell, Phone: (757)
445-7327; (G) NCISFO Northeast (FCI), 344 Meyerkord Avenue #3, NAVSTA
Newport, Newport, RI 02841-1609, POC: Debbie Gambrell, Phone: (401)
844-2241; (H) NCISFO Mayport (FCI), Building 298, Naval Station,
Mayport, FL 32228-0076, POC: Roger Benda, Phone: (904) 270-5361; (I) U.
S. Navy, Attn: NCIS, Banz Warehouse, Juffair, Bahrain, or PSC 451, FPO
AE 09834-2800, POC: John Van De Ven, Phone: 011-973-724-899, (J)
NCISFO San Diego (FCI), 3405 Welles Street, Suite 1, Naval Station,
Building #57, San Diego, CA 92136-5050, POC: Eric Bigelow, Phone: (619)
556-1242; (K) NCISFO Europe (FCI), Viale Fulco Ruffo Di Calabria,
Aeroporto Capodichino 80144, Napoli, or PSC 817, Box 36, FPO AE 09622,
POC: Karen Cooper, Phone: 011-39-081-568-3464; (L) NCISRA Singapore
(FCI), PSA Semba Wang Wharves, Deptford Road, Building #7-4, Room 2-15,
Singapore 759657, or PSC 470, Box 2900, FPO AP 96534-2900, POC: Bob
Mulligan, Phone: 011-65-750-2400; (M) NCISRU Dahlgren (FCI), Building
#189, Dahlgren Road, NSWC-DD, Dahlgren, VA 22448-5000, POC: Ruben Diaz,
(540) 653-6913. Ship 23 each of CLIN 0001 and CLIN 0002 to the
following location: NCISHQ, Attn: Code 27F, 716 Sicard Street, Suite
2000, Washington Navy Yard, DC 20388-5380, POC: Lara Meacher, Phone:
(202) 433-9332. 10. CONTRACT CLAUSES/PROVISIONS: Provisions with
addendum. (A) The provision at FAR 52.212-1, Instructions to
Offerors-Commercial Items applies. Addendum to Paragraph (b)(10), Past
performance- Delete entire paragraph. Substitute "Past Performance
will not be evaluated but will be used as a factor in determining
responsibility. Offerors shall provide the name and numbers of three
(3) references that you have provided same or similar services
(reference sheets may be obtained from the POC stated herein)."
Paragraph (h), Multiple awards -- Delete entire paragraph. Substitute
"Single Award. The Government plans to award a single contract
resulting from this solicitation." (B) The provision at FAR 52.212-2,
Evaluation Commercial Items applies. Addendum to Paragraph (a), The
Government intends to make a single award to the responsible contractor
whose proposal is in conformance with the specifications/statement of
work, in full compliance to all other requirements set forth in the
solicitation and the lowest cost or price. The Government reserves the
right to judge which proposals show the required capability and the
right to eliminate from further consideration those proposals which are
considered unacceptable and not capable of being made acceptable
without major rewrite or revision. (C) The provision at FAR 52.212-5,
Contract Terms and Conditions Required to Implement Statutes of
Executive Orders Commercial Items applies. Addendum to Paragraph (b),
The following FAR clauses are incorporated by reference: 52.203-6,
Restrictions of Subcontractor Sales to the Government; 52.219-8,
Utilization of Small Business Concerns; 52.222-21, Prohibition on
Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35,
Affirmative Action for Disabled Veterans and Veterans of the Vietnam
Era; 52.222-36, Affirmative Action for Workers with Disabilities;
52.222-37, Employment Reports on Disabled Veterans and Veterans of the
Vietnam Era; 52.232-33, Payment by Electronic Funds Transfer Central
Contract Registration. (D) The provision at DFARS 252.212-7001,
Contract Terms and Conditions Required to Implement Statutes or
Executive Orders Applicable to Defense Acquisitions of Commercial Items
applies. (E) The provision at FAR 52.215-5, Facsimile Proposals
applies. Addendum to Paragraph (c), the fax number is (202) 433-5414.
11. Offerors are required to complete and include a copy of the
following provisions with their proposals (copies may be obtained from
the POC stated herein): FAR 52.212-3, Offeror Representation and
Certifications-Commercial Items; and DFARS 252.212-7000, Offeror
Representations and Certifications-Commercial Items. 12. In addition to
the above, the following FAR provisions and clauses apply: FAR
52.212-4, Contract Terms and Conditions Commercial Items, applies. FAR
52.219-6, Notice of Total Small Business Set-Aside applies. 13. In
addition to the above, the following DFARS provisions and clauses
apply: DFARS 252.204-7001, Commercial and Government Entity (CAGE) Code
Reporting; DFARS 252.204-7004, Required Central Contract Registration.
14. The Government reserves the right to judge which proposals show
the required capability and the right to eliminate from further
consideration those proposals which are considered unacceptable and not
capable of being made acceptable without major rewrite or revision.
Proposals must be received no later than 2:00 p.m. EST, 20 July 2000.
Quotes should be mailed to: Fleet and Industrial Supply Center Norfolk,
Detachment Washington (ATTN: Sandra E. Foster, Code 02W2.2F),
Washington Navy Yard Bldg 200 4th Floor, 1014 N Street SE, Washington,
DC 20374-5014. Facsimile proposals will be accepted at 808/433-5414.
Email quotes may be addressed to sandra_e_foster@fmso.navy.mil. Posted
07/05/00 (W-SN471425). (0187) Loren Data Corp. http://www.ld.com (SYN# 0105 20000707\58-0001.SOL)
58 - Communication, Detection and Coherent Radiation Equipment Index Page
|
|