Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 07, 2006 FBO #1684
SPECIAL NOTICE

59 -- SecNet Wireless

Notice Date
7/5/2006
 
Notice Type
Special Notice
 
NAICS
517910 — Other Telecommunications
 
Contracting Office
Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2606 Brown Pelican Ave., MacDill AFB, FL, 33621-5000
 
ZIP Code
33621-5000
 
Solicitation Number
F2VWCG6107A100SecNet
 
Response Due
7/7/2006
 
Archive Date
7/22/2006
 
Description
This is a combined synopsis/solicitation for commercial services/items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This is a notice of intent to solicit and negotiate a sole-source order with Harris Corporation, 2400 Palm Bay Road, Palm Bay, Fl 32905 for the purchase of the SecNet 11 (Security Network) Secure Wireless LAN product, deployable kits (Long Range, Standard, and Co-Located Kits) and training. The 6th Contracting Squadron intends to issue a purchase order for delivery and installation under the authority of FAR 6.302-2 only one responsible source due to urgent and compelling and no other supplies or services will satisfy agency requirements due to Harris Corporation is the sole provider of the SecNet 11 product line as well as the co-located, long range and standard kits. Interested persons may identify their interest and capability to respond to the requirement. This notice is not a request for competitive proposals. This is a combined synopsis/solicitation in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. Delivery shall be FOB Destination to Macdill AFB, FL. NAICS Code is 517910. The following clauses and provisions are incorporated and in effect through Federal Acquisition Circular 2005-04, applicable FAR and DFARS clauses are 52.204-7, 52.212-1, 52.212-2, 52.212-4, 52.212-5, 52-232-33, 52.233-3, 52.247-34, 252,212-7000, and 252.212-7001, 252.232-7003, 252.247-7024, and provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, 5352.201-9101 OMBUDSMAN (10 AUG 2005) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMBC A-74 competition performance decisions). (c) If resolution cannot be made by contracting officer, concerned parties may contact the Center/MAJCOM ombudsman, Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Drive, Scott AFB IL 62225-5022, (619) 229-0267, fax (618) 256-6668, email: Michael.jackson4@scott.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS)(Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquires shall be directed to the Contracting Officer. Clauses and provisions are located at http://farsite.hill.af.mil. Interested parties may e-mail Joyce. Wright@macdill.af.mil or fax 813-828-5111, ATTN: Joyce Wright. Close out date is Friday, 7 July, 0900. JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION This document constitutes justification and approval for other than full and open competition for the acquisition described herein, under the authority of FAR 6.302-1. It is executed on behalf of: Agency Contracting Activity USSOCCENT/CCJ6- P 6th Contracting Squadron 7115 S. Boundary Blvd, 2606 Brown Pelican Ave MacDill AFB, FL 33621-5101 MacDill AFB, FL 33621-5000 2. DESCRIPTION OF ACTION BEING PROCESSED: The action being processed is for a Sole Source, firm fixed price, delivery order, for SecNet11 (Secure Network) Secure Wireless LAN product, deployable kits (Long Range, Standard and Co-Located kits) and training. The above mentioned items will be awarded to: Harris Corporation, 2400 Palm Bay Road, Palm Bay, Florida 32905. Phone (321-727-5055), Fax 321-674-2571. This is a new requirement and requires FY 06 O & M funding be used. 3. DESCRIPTION OF THE SUPPLIES/SERVICES REQUIRED TO MEET THE AGENCY?S NEEDS: This contract is for deployable Secure Wireless LAN communications (NSA Approved Type 1). 4. AUTHORITY: The statutory authority permitting other than full and open competition is 10 U.S.C. 2304(c) (1) or 41 U.S.C. 253(c) (1), as cited in FAR 6.302-1. 5. DEMONSTRATION THAT THE CONTRACTOR?S UNIQUE QUALIFICATIONS OR NATURE OF THE ACQUISITION REQUIRES THE USE OF ONLY ONE RESPONSIBLE SOURCE OR BRAND AUTHORITY: Currently, Harris Corporation is the sole provider of the SecNet-11 product line as well as the co-located, long range and standard kits. They are also the only contractor capable of giving the training required to properly use the equipment in the field. SecNet-11 is the only Type-1 Secure, wireless local area network solution to be endorsed by NSA. The SecNet-11 product line consists of the SecNet-11: Wireless Network Interface Card, Wireless Bridge and Key Fill Cable. 6. DESCRIPTION OF EFFORTS MADE TO ENSURE THAT OFFERS ARE SOLICITED FROM AS MANY POTENTIAL SOURCES AS DEEMED PRACTICABLE. This money was awarded as a C2IP initiative. C2IP provides the Combatant Commands a capability to implement timely, low-cost, near-term improvements to their command and control systems. These funds are used to adapt and evolve existing command and control systems to meet unique requirements that arise due to unforeseen situations. Immediate funding for such requirements result in discernible improvements in the readiness and combat capability of the commands by virtue of the Combatant Commanders? enhanced ability to command and control their forces. 7. DETERMINATION BY THE CONTRACTING OFFICER THAT THE ANTICIPATED COST TO THE GOVERNMENT WILL BE FAIR AND REASONABLE. GSA has already determined the price to be fair and reasonable as per FAR 8.404(a)(i). 8. DESCRIPTION OF THE MARKET RESEARCH CONDUCTED AND THE RESULTS OR A STATEMENT OF THE REASONS MARKET RESEARCH WAS NOT CONDUCTED. Market research will not be conducted since Harris Corporation is the only NSA approved source for the Secure Wireless LAN, Type 1 product. SECNET-11 provides the Commander a unique capability to improve his ability to Command and Control. This system is a unique requirement and the technical solution designed in house. 9. A LISTING OF SOURCES, IF ANY, THAT EXPRESS, IN WRITING, AN INTEREST IN THE ACQUISITION. This does not apply. 10. A STATEMENT OF THE ACTIONS, IF ANY, THE AGENCY MAY TAKE TO REMOVE OR OVERCOME ANY BARRIERS TO COMPETITION BEFORE MAKING ANY SUBSEQUENT ACQUISITION FOR THE SUPPLIES OR SERVICES REQUIRED. In the future, market research will be conducted to see if other vendors can carry this item at a competitive market value. 11. TECHNICAL REPRESENTATIVE CERTIFICATION I certify that the data supporting the recommended use of other than full and open competition is accurate and complete to the best of my knowledge and belief. _______________________ CASSANDRA D. ODOMS, Major, USA Plans and Programs 12. CONTRACTING OFFICER?S CERTIFICATION. I certify that the data supporting the recommended use of other than full and open competition is accurate and complete to the best of my knowledge and belief. __________________________ CARDIN CROSSLAND, GS-11, DAF Contracting Officer
 
Place of Performance
Address: HQ SOCCENT/J2, 4701 SOUTH SHORE AVE, BLDG 1105, MACDILL AFB, FL
Zip Code: 33621
Country: USA
 
Record
SN01082907-W 20060707/060705225309 (fbodaily.com)
 
Source
FedBizOpps 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.