Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 12, 2004 FBO #0837
SOLICITATION NOTICE

K -- TEKELEC EAGLE STP UPGRADE

Notice Date
3/10/2004
 
Notice Type
Solicitation Notice
 
NAICS
334210 — Telephone Apparatus Manufacturing
 
Contracting Office
Defense Information Systems Agency, Acquisition Directorate, DITCO-Pacific, 1080 Vicennes Ave., Suite 100 Bldg 487, Pearl Harbor, HI, 96860-4535
 
ZIP Code
96860-4535
 
Solicitation Number
HC1019-04-R-0005
 
Response Due
3/17/2004
 
Archive Date
4/1/2004
 
Point of Contact
Lois Noneza, Contract Specialist, Phone 808-473-2514, - Joanne Rhoden, Supervisory Contract Specialist, Phone 808-473-2733 , Fax 808-473-2522 ,
 
E-Mail Address
nonezal@pharbor.disa.mil, rhodenj@pharbor.disa.mil
 
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; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as request for proposal No. HC1019-04-R-0005. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-20. The North American Industrial Classification System code(NAICS)is 334210, 1000 EMPLOYEES. This acquisition is 100% set aside for small business. Contract Line Items: ITEM 0001, Tekelec Eagle Signal Transfer Point, Hardware and Software Upgrade, to Release 30, FT.Wainwright & Elmendof AK Pair – The following parts are required for the upgrade: 870-2360, GPSM II, QTY (6);870-1965, HMUX, QTY (6);870-0774, TDM, QTY (6) ITEM 0002, Tekelec Eagle Signal Transfer Point, Hardware and Software Upgrade, to Release 30, Yokota & Camp Zama Japan Pair – The following parts are required for the upgrade: 870-2360, GPSM II, QTY (6);870-1965, HMUX, QTY (8);870-0774, TDM, QTY (6) ITEM 0003, Tekelec Eagle Signal Transfer Point, Hardware and Software Upgrade, to Release 30, Camp Courtney/Fort Buckner Okinawa Pair – The following parts are required for the upgrade: 870-2360, GPSM II, QTY (6);870-1965, HMUX, QTY (8);870-0774, TDM, QTY (6) ITEM 0004, Tekelec Eagle Signal Transfer Point, Hardware and Software Upgrade, to Release 30, Camp Walker/Yongsan Main Korea Pair – The following parts are required for the upgrade: 870-2360, GPSM II, QTY (6);870-1965, HMUX, QTY (8);870-0774, TDM, QTY (6) Period of performance 3/26/04 – 5/30/04. Engineering, Installation, Service and labor required for each pair at each location. The provision at FAR 52.212-1, Instructions to Offerors—Commercial, applies to this acquisition. The provision at FAR 52.212-2, Evaluation—Commercial Items applies to this acquisition. The government will award a contract resulting from this solicitation to the low, responsible, responsive offeror. The offeror shall submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications—Commerical Items, with its offer. The clause at FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders—Commercial Items, applies to this acquisition. The following FAR clauses are applicable to this acquisition: FAR 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration. FAR 52.222-41, Service Contract Act of 1965, As amended. FAR 52.222-42, Statement of Equivalent Rates for Federal Hires. The following local clause applies to this acquisition: SF-FORTHY-THREE YEAR 200 COMPLIANCE (March 1998) (a) All information technology provided under, or in support of, this contract by the contractor and all subcontractors shall be Year 2000 compliant. “Year 2000 compliant” means, with respect to information technology, that the information technology accurately processes date/time data (including, but not limited to, calculating, comparing, and sequencing) from, into, and between the twentieth and twenty-first centuries, and the years 1999 and 2000 and leap year calculations, to the extent that other information technology, used in combination with the information technology being acquired, properly exchanges date/time data with it. (b) To ensure Year 2000 compliance, the contractor shall, at a minimum, test a representative sampling of the information technology, or the same type of information technology, that will be provided under the contract. Testing will be accomplished and documented in accordance with generally accepted commercial practices/standards to provide the reasonable assurance of Year 2000 compliance. If requested, the contractor shall provide the Government with a copy of such Year 2000 test documentation, at no additional cost to the Government. The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. The Government intends to negotiate with only one source under the authority of FAR 6.302. Offers for this acquisition is due on 17 Mar 04, 10:00 A.M. Hawaii Standard Time. Fax offers to: DITCO-PAC, Attn: Cindy Nakayama, (808)473-2522 OR Mail offers to: DITCO-PAC, Bldg 487, 1080 Vincennes Avenue, Pearl Harbor, HI 96860-4535. The point of contact for this acquisition is Ms. Cindy Nakayama, (808)473-2514 ext 241.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DISA/D4AD/DTP/HC1019-04-R-0005/listing.html)
 
Place of Performance
Address: VARIOUS LOCATIONS SEE DESCRIPTION
 
Record
SN00542190-F 20040312/040310233336 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.