Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2005 FBO #1349
SOURCES SOUGHT

58 -- Deployable Communication Systems

Notice Date
8/4/2005
 
Notice Type
Sources Sought
 
Contracting Office
P.O. Box 190022, North Charleston SC 29419-9022
 
ZIP Code
29419-9022
 
Solicitation Number
SSC-Charleston_MKTSVY_2B906
 
Response Due
8/9/2005
 
Small Business Set-Aside
N/A
 
Description
The Government intends to negotiate a Sole Source contract, in accordance with FAR 6.302-1, TeleCommunication Systems, Inc., 275 West Street, Annapolis, MD 21401, for the procurement of the following SwiftLink? Deployable Communication Systems: SwiftLink 5100 Executive GSM Kit, part number SWL-5100, 4 each; 1.0 meter Ku-band Deployable VSAT Module with Integrated iDirect Technology D-TDMA satellite modem, part number SWL- DVM-100, 3 each; SwiftLink 1400: Secure Future NarrowBand Digital Terminal (FNBDT) consisting of standard POTS, PBX, GSM, Ethernet, WiFi and Iridium satellite-phone capable chassis configuration, Sect?ra? Wireline Terminal (Type 1) encryptor, power adaptor, antennas, cables, black ballistic soft-side rolling carry-case, operating instructions, and Basic Level Product Warranty during the first 12 months after delivery of products, part number SWL-1400-CONF- 001, 4 each, SwiftLink 2310 Deployable System: Portable communications terminal standard configuration consisting of an electronics module with Type 1 encryption for both NIPR and SIPR access, satellite communications terminal and a commercial quality backpack, part number TCS-SWL-2310, 4 each. The Government anticipates award of a Firm Fixed Price, Indefinite Delivery/Indefinite Quantity contract with a one year period of performance under the Commercial Item Test Procedures, FAR Part 13.5. The NAICS Code is 334220 and the applicable size standard is 750 employees. NO SOLICITATION WILL BE MADE AVAILABLE AS A RESULT OF THIS ANNOUNCEMENT. THIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. Any firm that believes it can provide these products may give written notification to the individual identified below. Supporting evidence to include appropriate documentation, literature and references must be furnished in sufficient detail to demonstrate the high level of proficiency required to supply the above items. This documentation shall include: contract numbers, contract types, dollar value for each contract referenced, summary of scope of work as well as a customer point of contact, including phone number, for relevant work performed during the past five years that substantiates the ability to satisfy this requirement. The data submitted shall be limited to no more than five (5) pages. Comments and/or responses shall be submitted via e-mail to SPAWARSYSCEN Charleston, Code 0215BY, Brenda Yopp at: Brenda.yopp@navy.mil. Any response to this announcement must be received no later than 14:00 EST 9 August 2005. All responses will be evaluated; however, a determination by the Government not to compete the proposed action is solely within the discretion of the Government.
 
Web Link
Click on this link to access the SPAWAR E-Commerce Central Web Site
(https://e-commerce.spawar.navy.mil/Command/02/ACQ/navhome.nsf/homepage?readform&db=navbusopor.nsf&whichdoc=8EAE43CAFD8DF06B882570530054F130&editflag=0)
 
Record
SN00862718-W 20050806/050804212730 (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.