Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2005 FBO #1348
MODIFICATION

58 -- MEDIUM DATA RATE TERMINAL PACKAGE - BASEBAND ONLY

Notice Date
8/3/2005
 
Notice Type
Modification
 
NAICS
517410 — Satellite Telecommunications
 
Contracting Office
P.O. Box 190022, North Charleston SC 29419-9022
 
ZIP Code
29419-9022
 
Solicitation Number
N65236-05-R-0628
 
Response Due
8/12/2005
 
Archive Date
9/11/2005
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR 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. Solicitation number N65236-05-R-0628 is issued as a RFP. The items required under this procurement are Medium Data Rate Terminal Terminal Package - Baseband only: The specifications are: (1) System must be Internet Protocol (IP) based; (2) Must operate across Unclassified, Secret, and Top Secret security levels; (3) All Routing and or Switching equipment must support the following: (a) Quality of Service (QoS) and Virtual LAN (VLAN) for 802.1P and 802.1Q standards, (b) Spanning Tree protocol 802.1D standard, (c) Power over Ethernet (POE) 802.3AF standard, (d) Differentiated Services (DiffServ), (e) Resource Reservation Protocol (RSVP), (f) Class-Based Weighted Fair Queuing (CBWFQ), (g) Low Latency Queuing (LLQ), (h) VLAN classification by Protocol and Port 802.1v, (i) Port Based Network Access Control 802.1x. Router requirements are: (a) 4 FXS ports, (b) 2 10/100 autosensing full/half duplex Fast Ethernet ports, (c) Support 8 MB through put. Switching Requirements are: 16 10/100 Fast Ethernet ports. Other requirements are: Must be small and light weight (preferred OEM integration): (a) Target size at L19"xW19"xH10", (b) Target Weight less than 50lbs, (c) Hard case with wheels. Support: One year basic warranty, 1000 hours of Tech III at the Production facility in Tampa Bay area. Required Delivery Schedule: Delivery of 1 system 2 weeks after award, Delivery of 32 Systems-65 days after award; Option quantities, not to exceed 200 within one-year after date of award. The resulting contract will be a firm fixed price, Indefinite Delivery, Indefinite Quantity type contract with a period of performance of 24 months with a guaranteed minimum of 33 systems. Place of Delivery will be designated in the contract resulting from this synopsis/solicitation. Charges for freight and other related charges, if any, are to be included in each unit price. Clause: M- 302, Evaluation of Offers (Single Award for All Items); M-307 Evaluation Criteria and Basis for Award (Best Value)(Variation), Factor A: Delivery Schedule is more important than Factor B: Corporate Experience and Cost is an important factor and should be considered when preparing proposals. The Government reserves the right to award without discussions. Factor A: Required Delivery Schedule: Delivery of 1 system 2 weeks after award, Delivery of 32 Systems - 65 days (or better) after award (the Quantities of 200 are subject to FAR clause 52.217-6, Option for Increased Quantity (MAR 1989)); L-349 Submission of Electronic Proposals (SEP 2003) (ALT I MAR 2002); Provision 52.212-1, Instructions to Offerors-Commercial Items (APR 1998) is hereby incorporated by reference. Offeror must include a completed copy of provision FAR 52.212- 3, Offeror Representations and Certifications, Commercial Items (MAR 2005), with its offer, FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items (OCT 2003) is hereby incorporated by reference. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JAN 2005) is hereby incorporated by reference. The following clauses are included: FAR 52.203-10 Price and Fee Adjustment for Illegal or Improper Activity (JAN 1997); FAR 52.222-26, Equal Opportunity (APR 1984); FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (APR 1998); FAR 52.222-36, Affirmative Action for Handicapped Workers (APR 1984); FAR 52.222-37, Employment Reports on disabled Veterans and Veterans of the Vietnam Era (APR 1998), and FAR 52.216-22, Indefinite Quantity (OCT 1995) with the fill in of 6 months after the expiration of the contract. DFARS Clause 252-212-7001, Contract Terms and Conditions Required to Implement Statutes and Executive Orders Applicable to Defense Acquisitions of Commercial Items (FEB 1997) is hereby by reference; including the following clauses: DFARS 252.205-7000, Privision of Information Cooperative Agreement Holders (DEC 1991); DFARS 252.225-7001, Buy American Act and Balance of Payments Program (JAN 1994); DFARS 252.225- 7012, Preference of Certain Domestic Commodities (FEB 1997); DFARS 252.247-7022, Representation of Extent of Transportation by Sea (AUG 1992), and DFARS 252.247-7023, Transportation of Supplies by Sea (NOV 1995). L-317, VAR 1, Submission of Proposals (Variation) include three (3) factors: Factor A: Required Delivery Schedule (1 system 2 weeks after award, 32 Systems - 65 days or better after date of award; Factor B: Corporate Experience - Provide no more than five (5) current contract (within the last 3 years) with a relevant cost of $200,000, where delivery schedules have been met, the organizations name and a point of contact. Factor C: Cost (Cost evaluation will be based on the total cost offered for all items (including options). CLAUSE L-349, Submission of Electronic Proposals (SEP 2003) ALT I (MAR 2002) CLOSING DATE FOR PROPOSALS IS ON OR BEFORE 3 PM EASTERN STANDARD TIME ON 12 AUGUST 2005. THE APPLICABLE NAICS CODE IS 517410 WITH A SIZE STANDARD OF 6701 EMPLOYEES. All responsible sources may submit a proposal which shall be considered by the agency in response to this solicitation. No paper copies of these documents will be issued. Technical questions about the Internet web site are to be directed to Ms. Robin Turner, (843) 218-4486. All other questions and comments are to be directed to Grace Brown at telephone (843) 218-5689 or Penny Leya (843) 218-5927 (Penny.Leya@navy.mil); fax (843) 218-5930; or e- mail address below. NOTE 1 APPLIES.
 
Web Link
Click on this link to access the SPAWAR Solicitation Page
(https://e-commerce.spawar.navy.mil/Command/02/ACQ/navhome.nsf/homepage?readform&db=navbusopor.nsf&whichdoc=CBA6C650071373E6882570510042C2F5&editflag=0)
 
Record
SN00861702-W 20050805/050803212721 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.