Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 19, 2005 FBO #1301
SOLICITATION NOTICE

58 -- Communications Security Equipment feature component embedded COMSEC Radio Set

Notice Date
8/16/2001
 
Notice Type
Solicitation Notice
 
Contracting Office
General Services Administration, Federal Technology Service (FTS), Office of Information Security (TI), 7th & D Streets, S.W., Room 5060, Washington, DC, 20407
 
ZIP Code
20407
 
Solicitation Number
GSA-TFI-2001-069
 
Response Due
8/23/2001
 
Point of Contact
Howard Parker, Jr., Contracting Officer, Phone (202) 401-7139, Fax (202) 708-7027, - Jon Faye, Contracting Officer, Phone (202) 708-6099, Fax (202) 708-7027,
 
E-Mail Address
howard.parker@gsa.gov, jon.faye@gsa.gov
 
Small Business Set-Aside
N/A
 
Description
DESC; Title of procurement 5810 COOMUNUCATIONS SECURITY EQUIPMENT FEATURE COMPONENT, EMBEDDED COMSEC RADIO SET. The General Services Administration (GSA), Federal Technology Service (FTS), Center for Information System Security (CISS) intends to procure commercially available equipment from Motorola Integrated Information Systems Group, Information Security Systems and Products Division, 8201 East McDowell Road, Scottsdale, Arizona. This is a combined synopsis?solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The provisions of FAR 52.121-1, Instructions to Offerors ? Commercial items. (JUN 1997) applies to this solicitation. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This notice is a GSA, FTS, CISS Solicitation number GSA-TFI-2001-069 and is a request for proposal (RFP), Commercial item. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-11. Quote price and extention for each item, description, and quantity in your response to this CBD notice, no further solicitation will be issued. Item#1- 1 ea. Part # 01-P34100J102, LST-SDL11: DAMA & Embedded COMSEC Radio Set (2) aux RF port),, LINK 11 Capable, includes: transceiver, handset, LOS Antenna, battery box, satellite pointing guide, and manual. Does not include LINK accessory box and cables. Item #2 -1 ea. Part # 67-P43561F102,LSTL-11:LINK Kit. Includes LINK 11 accessory box and cables. Only operates with a LINK 11 capable LST-5D L11. Must use this with transceiver to make LINK 11 connection. Item# 3-1 ea. Warranty- LST-5D WARRANTY: Extended warranty for the LST-5D Radio. Adds additional 2 years of warranty to standard 3 years for a total of 5 years. Parties may identify their interest and capability to respond to the requirement or submit proposals. Items are to be delivered to: 56 ACOMS,SCX;25 E Street, Suite M214, Hickham Air Force Base, Hawaii 96853, Attn: 1 LT Sean Beal. Evaluation- Evaluation of offers will be conducted in accordance with FAR 52.212-2 Evaluation- Commercial items (OCT 1995). Evaluation Factors: (1) Technical factor ? Conformance to the technical description. Any deviations and exeptions to the description must be explained and define how these meet the requirement. (2) Quality factor: State information which attest to the quality, consistency, and conformity of your product tendered for this offer (3) Past Performance or similar products- submit a written description of similar projects performed (4) PRICE ? Provide a unit price for each item 001 through 003. A determination by the Government not to compete this proposed contract based upon the responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Award will be based on an all or none basis, i.e. vendors should be capable of providing all of the items required. This solicitation document and incorporated provisions and clauses are those in effect through FAC 97-10. The provisions at 52.212-1, Instructions to Offeror(s)- Commercial items; 52.212-3, Offeror Representations and Certifications Commercial items; 52.212-4, Contract Terms and Conditions- Commercial items; 52.216-5, Contract Terms and Conditions Required to implement Statutes on Executive orders. Proposals are limited to 20 pages. Offers are due by mail or facsmile# phone 202-708-7027, No later Than Close of business, 4:30 p.m. (EST), Thursday, August 23, 2001. Submit responses to GSA/FTS/CISS, Room 5060, 7th & D Streets, S.W., Washington DC 20407, ATTN: Howard Parker, 202-401-7139, the alternate point of contact is Jon Faye, 202-708-6099. EMAILADD: howard.parker&gsa.gov EMAILDESC: howard b. parker All requirements are mandatory- 0Motorola is the only knownnumberWTOP2?s commercially available FederalNewsRadio.com?s Internet-only radio station for the purpose of a joint partnership to promote worldwide FTS products and services and FederalNewsRadio.com to the Federal market place and industry suppliers. FTS geograhic focus is primarily in the Washington DC metropolitan area and it?s secondary target the continental U.S. The ultimate goal of this partnership for FTS is to increase top of mind awareness of FTS by incorporating the GSA and FTS brand identities through involvement in a variety of high visibility activities. This is a combined synopsis for commercial services prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. The provisions of FAR 52.121-1, Instructions to Offerors - Commercial items. (JUN 1997) applies to this solicitation. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a GSA, FTS, CISS solicitation, Number GSA-TFI-2001-025 and is a request for proposal (RFP). The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-16. This Solicitation is open to all offerors. No further solicitation will be issued. SIC Code 7319 , (Advertising N.E.C.) will apply to this requirement. The objective of the FTS direct marketing activities is to increase top of mind awareness of FTS products and services to select target audiences within the Washington, DC metropolitan area. Duration: 26 weeks minimum and may be extended for an additional 26 weeks. Task to be completed under this contract may be initiated only by the project coordinator or, in her absence, an alternate will be designated. Specific activities and time frames have not been determined, however, schedules for program, advertising campaigns and appearances at designated events etc. will be furnished at contract award. PROPOSAL SUBMISSION TECHNICAL: Provide data relevant to audience demographics (focusing specifically on FTS primary and secondary targets and geographical location). Information should specifically include (1) statistical data regarding the number of federal government listeners (both civilian and military) in market station?s listener base (2) Business and occupational breakdown (3) Geographical Breakdown (4) Extent of participation in IT procurement process (5) Program format where announcements are to take place (6) Timeframes for submission and airing of radio spots. PROPOSAL SUBMISSION COST: (1) Provide information regarding partnership rates per week and, if applicable, premium charges are to be listed separately. (2) list all applicable incentives such as advertising rates, quantity discounts, Internet advertising and promotion sponsorships etc. If applicable, include qualifying criteria. EVALUATION FACTORS: Proposals will be evaluated based upon the internet radio station?s market share of total listening audience of those listeners who are Federal Government personnel involved in IT purchasing decisions as well as cost per thousand (CPM) for on air spots. Both the station?s market share and advertising CPM will be evaluated, but of the two factors market share will be more important than cost. Awards will be on an all or none basis, i.e. vendors should be capable of providing all services required. The period of performance shall be from date of award through September 30, 2001. Payment by Government Purchase Card (VISA) is authorized. This solicitation document and incorporated provisions and clauses are those in effect through FAC 97-10. The provisions at 52.212-1, Instructions to Offeror(s) - Commercial items; 52.212-3, Offeror Representations and Certifications Commercial items; 52.212-4, Contract Terms and Conditions- Commercial Items; 52.215-5, Contract Terms and Conditions Required to Implement Statutes on Executive orders - Commercial Items, 52.216-18, Ordering; 52.216-19, Order Limitations, 52.216-22, Indefinite Quantity; 52.216-27; Single or multiple awards; 52.217-5, Evaluation of Options; 52.217-8, Option to Extend Services; 52.217-9, Option to Extend Term of Contract; 52.219-6. All requirements listed above are mandatory. Proposals should address all evaluation factors. The Government will award a contract to the responsible offeror(s) that are the best value considering technical capability, past performance and price. Award may be held without discussions after receipt of offers. Proposals are limited to 20 pages. Offers are due by mail or facsmile No Later Than Close of Business, 3:30 p.m. (EST), Thursday March 13, 2001. Submit responses to GSA/FTS/CISS, Room 5060, 7th & D Streets, S.W., Washington DC 20407, ATTN: Howard B. Parker Jr. RE: GSA-TFI-2001-025. For information, contact Howard B. Parker Jr. at 202-401-7139. Fax number 202-708-7027. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (16-AUG-2001). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 17-JUN-2005, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/GSA/FTS/TI/GSA-TFI-2001-069/listing.html)
 
Place of Performance
Address: 56 ACOM/SCX; 25 E Street, Suite M214 Hickam, Air Force Base, Hawaii
Zip Code: 96853
 
Record
SN00831858-F 20050619/050617211711 (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.