Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2004 FBO #1006
SOLICITATION NOTICE

10 -- Extended Maintenance Support for Matrix Switch Equipment.

Notice Date
8/26/2004
 
Notice Type
Solicitation Notice
 
NAICS
811212 — Computer and Office Machine Repair and Maintenance
 
Contracting Office
HQ USAINSCOM, Directorate of Contracting, ATTN: IAPC-DOC, 8825 Beulah Street, Fort Belvoir, VA 22060-5246
 
ZIP Code
22060-5246
 
Solicitation Number
W911W4TROJAN
 
Response Due
9/2/2004
 
Archive Date
11/1/2004
 
Point of Contact
Travis Potts, 703-428-4578
 
E-Mail Address
Email your questions to HQ USAINSCOM, Directorate of Contracting
(tspotts@inscom.army.mil)
 
Small Business Set-Aside
N/A
 
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 IS A NOTICE OF INTENT TO PURCHASE ON A SOLE SOURCE BASIS. Headquarters, US Army Intelligence and Security Command has a requirement for extended maintenance support for the matrix switch equipment, listed below, located at the Belvoir TROJAN Network Control Center (TNCC), Earth Terminal Complex, Fort Belvoir, VA and the Bragg TNCC, GISA Complex, Fort Bragg, NC. The Sole Source is listed as Computer Network Technology Corp., 6000 Nathan Lane North, Plymouth, MN 55442-1662. Computer Network Technology (CNT) is the sole designer and manufacturer of Channelink, Ultra Net, and Inrange switching, channel extension, and connectivity products (CNT products), including hardware, firmware and software. As such, CNT is the only full service provider of comprehensive maintenance and support services for CNT products. Alter nate items will not be considered. Interested organizations may submit their capabilities and qualifications to perform the effort no NLT Thursday, September 02, 2004 @12 noon Eastern Standard Time, in the Directorate of Contracting Office, 8825 Beulah Str eet, Fort Belvoir, VA 22060-5246. POC for this solicitation is Travis Potts @ 704-428-4578, tpotts@inscom.army.mil. Vendor capabilities/qualifications will be evaluated solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. A determination by the Government not to compete this proposed effort on a full and open competition basis, based upon responses to this notice, is solely within the discretion of the government. The associated Standard Industrial Classi fication (SIC) code is 3571. Statement of Work is as follows: 1.0 INTRODUCTION. The U.S. Army Intelligence and Security Command (INSCOM), G6 TROJAN Program Office, is acquiring extended maintenance support for the matrix switch equipment listed below, loc ated at the Belvoir TROJAN Network Control Center (TNCC), Earth Terminal Complex, Fort Belvoir, VA and the Bragg TNCC, GISA Complex, Fort Bragg, NC. Fort Belvoir Serial Number 2700 MATRIX SWITCH 0445-0291 2700 MATRIX SWITCH 1463-0890 2700 MATRIX SWITCH 1464-0890 VC-1000 2700 SWITCH SW 1464-0890 MSC Control System Q64872 MSC Control System Q64873 Fort Bragg 2700 MATRIX SWITCH + TSS 2305694101 2700 MATRIX SWITCH + TSS 2305694001 VC-1000 2700 SWITCH SW 2305694001-1 VC-1000 2700 SWITCH SW 2305694001-2 2.0 SCOPE. This Performance Based Work Statement (PBWS) describes the general tasks, capabilities, and requirements necessary for the contractor to provide support as follows: 1) Annual Maintenance support for the VC-1000 hardware and/or software; 2) Maint enance support for the Matrix Switch hardware and/or software. Tasks shall include support and services to and for the Belvoir TNCC and Bragg TNCC. 3.0 TECHNICAL REQUIREMENTS. The contractor shall provide the services specified herein. General conditions a pplicable to all contractual efforts appear in paragraph 3.1 below. 3.1 GENERAL: CNT/INRANGE service personnel shall provide remote hardware and software diagnostics and troubleshooting support 7 days per week, 24 hours per day, 365 days per year. The c ontractor shall respond remotely by telephone or email to all service requests within 15 minutes. In the event of hardware failure, the contractor shall provide onsite hardware support, including spare parts, with a minimum 2 hour response time at the Bel voir TNCC and a minimum 2-4 hour response time at the Bragg TNCC. 4.0 PLACE OF PERFORMANCE. The contractor will perform the task at the Belvoir TNCC, 8575 Kingmon Road, Fort Belvoir, VA and the Bragg TNCC, Bldg 2-5353, Fort Bragg, NC. 5.0 SECURITY The contractor shall provide personnel cleared at the TOP SECRET level to perform on-site support. 6.0 PERIOD OF PERFORMANCE. This task sha ll run for (1) year, 16 September 2004 to 15 September 2005. The provision at FAR 52.212-1, Instructions to Offerors- Commercial, applies to this acquisition. A completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items must be included with the offer. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition . The clause 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items, applies to this acquisition including 52.222-1 9, Child Labor-Cooperation with Authorities and Remedies (E.O 13126), 52.222-26, Equal Opportunity (E.O.11246); 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C 793); 52.222-37, Employment Reports on Disabled Veterans a nd Veterans of the Vietnam Era (38 U.S.C 4212); Buy American Act and Balance of Payment Program (41 U.S.C. 10a-10d, E.O 10582); 252.247-7024 Notification of Transporta tion of Supplies by Sea (10 U.S.C 2631); 252.212-7001 Contract Terms and Conditions Requ ired to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 52.212-1 Instructions to Of ferors Commercial Items; 52.212-3 Alt I Offeror Representations and Certifications Commercial Items. The DFARS Clause 252.240 -7004- Required Central Contract Registration applies. Full FAR/DFARS text may be obtained at website http://www/arnet/gov/far. IMPORTANT-Only offerors who are registered in the Central Contractor Database are eligible for award (reference DFARS clause 52. 204-7004 or see websit e http://ccr.edi.disa.mil)
 
Place of Performance
Address: HQ USAINSCOM, Directorate of Contracting ATTN: IAPC-DOC, 8825 Beulah Street Fort Belvoir VA
Zip Code: 22060-5246
Country: US
 
Record
SN00655708-W 20040828/040827094818 (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.