Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 26, 2005 FBO #1277
SOLICITATION NOTICE

70 -- T1 ENCRYPTION DEVICE

Notice Date
5/24/2005
 
Notice Type
Solicitation Notice
 
NAICS
334210 — Telephone Apparatus Manufacturing
 
Contracting Office
Defense Information Systems Agency, Procurement and Logistics, DITCO-Pacific, 1080 Vicennes Ave., Suite 100 Bldg 487, Pearl Harbor, HI, 96860-4535
 
ZIP Code
96860-4535
 
Solicitation Number
HC1019-05-R-0005
 
Response Due
6/3/2005
 
Archive Date
6/18/2005
 
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. HC1019-05-R-0005. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-03. The North American Industrial Classification System code(NAICS) is 334210, 500 EMPLOYEES. Contract Line Items: ITEM 0001, THALES DATACRYPTOR, T1 UNIT, PART NO. DC2K-LT711, QTY (50). ITEM 0002, THALES AES UPGRADE LICENSE FOR UP TO 100 UNITS, PART NO. DC2K-SL002-2, QTY (1). ITEM 0003, THALES DUAL RACK MOUNT KIT, PART NO. SK051499TL-1, QTY (25). Delivery in 30 days upon receipt of order. Ship FOB Destination ? Hawaii ? Zip Code 96860 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 provision at FAR 52.212-4 Contract terms and Conditions ? Commercial Items applies to this acquisition. 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 52.203-6, ALT I, Restrictions on Subcontractor Sales to Government. FAR 52.222-26 Equal Opportunity, FAR 52.222-35 Affirmative Action for Workers with disabilities, FAR 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, FAR 52.219-14 Limitations on Subcontracting, FAR 52.219-25 Small Disadvantaged Business Participation Program ? Incentive Subcontracting, FAR 52.203-6 with Alternate 1, FAR 52.219-8 Utilization of Small Business Concern, FAR 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration. FAR 52.233-4 Applicable Law for Breach of Contract Claim, FAR 52.239-1 Privacy or Security Safegaurds, FAR 52.252-2 Clauses Incorporated by Reference (address: http://www.arnet.gov). DFARS 252.204-7004, required Central Contractor Registration, DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisition of Commercial Items. DFARS 252.225-7001 Buy American Act and Balance of Payment Program, DFARS 252.225-7002 Qualifying Country Sources as Subcontractors. 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. Offers for this acquisition is due on 06/03/05, 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)473-3704.
 
Place of Performance
Address: PEARL HARBOR, HAWAII
Zip Code: 96860
 
Record
SN00814185-W 20050526/050524211547 (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.