Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2005 FBO #1383
SOLICITATION NOTICE

70 -- Internet Network Emulator

Notice Date
9/7/2005
 
Notice Type
Solicitation Notice
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
Department of Justice, Federal Bureau of Investigation, Engineering Contracts Unit - PPMS, FBI Engineering Research Facility, FBI Academy Hogan's Alley, Building 15, Quantico, VA, 22135
 
ZIP Code
22135
 
Solicitation Number
E001479
 
Response Due
9/9/2005
 
Archive Date
9/24/2005
 
Description
This is a combined solicitation/synopsis for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. Solicitation Number E001479 is being issued as a Request for Quotation (RFQ) under FAR Parts 12 and 13 for the following: 0001: Hurricane II IP Network Emulator, includes Superior performance, five slots, 800K Pkts/Sec Qty: 1 EA 0002: Opt 102, includes Single port 10/100/1000 Ethernet IP Interface, Copper Qty: 2 EA 0003: Opt 110, includes Single port T1/E1, IP Interface Qty: 2 EA. Items 0001 through 0003 shall be purchased from the same vendor. Salient characteristics for the IP Network Emulator are: 800k Packets/second; (2) 10/100/1000 interfaces; routing between T1/E1 and 10/100/1000; and 32 filters. Impairments: Delay, Jitter (Gaussian, Uniform, Exponential), Fixed Interval & Random Loss, Burst Loss, Re-Order, Duplicate, Fragment, Restrict Bandwith, Bit Errors and Frame Relay. Modifiers: Source Address, Destination Address, DSCP, Fragment, Network Checksum, Transport Checksum, Protocol, Source Port Number, TTL, Dynamic Emulation with counters and timers. Filers: Source Address, Destination Address, Source Port Number, Destination Port Number, Protocol, Length, Physical Port, Capture & Relay Network Characteristics (Delay & Loss). The Solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-4. This RFQ is being conducted as a 100% small business set aside. The applicable NAICS is 513330 and the small business size standard is 500 employees. This requirement will be awarded on an all or none basis as a commercial item firm-fixed price contract under FAR Parts 12 and 13. This RFQ is for ?Brand Name or Equal? in accordance with FAR 11.104. Substitute brands may be provided if they perform the same function. If quote is for an ?equal? product, specifications of the item must be included in the quote. Products equal to Brand Name must be accompanied with verifiable references. References will be evaluated by a technical panel for acceptance prior to award. Technical capability will be determined solely on the content and merit of the information submitted in response to this provision. Therefore it is incumbent on the interested party to provide sufficient technical literature, documentation, etc. in order for the Government to make an adequate technical assessment of the proposal. Award is anticipated on or before September 30, 2005. Delivery shall be made to the FBI ERF Building 27958A, Quantico, VA 22135. The justification for Brand name or Equal is that based on knowledge acquired from extensive market research, trade periodicals, shows and demonstrations, it has been determined that no other product can adequately comply with the FBI?s functional requirements as listed above. The contractor shall extend to the Government full coverage of any standard commercial warranty normally offered in a similar commercial sale. Acceptance of the warranty does not waive the Government?s rights under the Inspection Clause, nor does it limit the Government?s rights with regard to the other terms and conditions of the contract. In the event of a conflict the terms and conditions of the Government?s contract shall take precedence over the warranty. The warranty period shall begin upon final acceptance of all items provided to the government by the contractor. FAR Clauses and provisions that apply to this acquisition can be obtained from the website http://www.arnet.gov/far/. FAR 52.212-1, Instructions to Offerors-Commercial Items (JAN 2005) is incorporated by reference and applies to this acquisition. FAR 52.212-2 Evaluation-Commercial Items applies to this combination solicitation/synopsis. Award evaluation will be in accordance with FAR 13.106-2 and will be based on price and other factors most advantageous to the government. 52.212-3 Offeror Representations and Certifications-Commercial Items (March 2005) applies to this combination solicitation/synopsis. Please note: All offerors and prospective contractors must be registered on the ONLINE Representative and Certification Application (ORCA) website at http://orca.bpn.gov or must provide a completed copy of 52.212-3 along with their quote. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Oct 2003) is incorporated by reference and applies to this acquisition. The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (APR 2005) is incorporated by reference and applies to this acquisition. Applicable clauses under 52.212-5 include: 52.203-6 Alternate I, 52.222-3, 52.222-19,52.222.21, 52.222-26, 52.222-35, 52.222-36, 52.222-37,52.232-33,52.232-36, 52.239-1, 52.222-41,52.222-43, 52.222-44.52.211-6, Brand Name or Equal, and 52.247-33 FOB destination also apply to this requisition. Quotations are due to the Engineering and Contracts Unit, Attn: Debra Chapman, emailed electronically to dchapman@fbiacademy.edu on or before 11:00 AM EST, September 9, 2005. All responsible sources may submit a quotation which shall be considered by the agency. THE AWARDEE SHALL BE REGISTERED IN THE CENTRAL CONTRACTOR REGISTRATION DATABASE AS REQUIRED UNDER FAR 52.204-7 (OCT 2003) PRIOR TO RECEIVING AN AWARD. Information concerning CCR requirements can be accessed at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. For information regarding this combination solicitation/synopsis contact Debra Chapman, (703) 632-6256 or email to dchapman@fbiacademy.edu.
 
Place of Performance
Address: ERF Building 27958A, Quantico, VA
Zip Code: 22135
 
Record
SN00888893-W 20050909/050908033254 (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.