Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 18, 2006 FBO #1695
SOLICITATION NOTICE

D -- INMARSAT Satellite Phone Service

Notice Date
7/16/2006
 
Notice Type
Solicitation Notice
 
NAICS
517310 — Telecommunications Resellers
 
Contracting Office
Department of Health and Human Services, Center for Disease Control and Prevention, Procurement and Grants Office (Atlanta), 2920 Brandywine Road, Room 3000, Atlanta, GA, 30341-4146
 
ZIP Code
30341-4146
 
Solicitation Number
2006-Q-08802
 
Response Due
7/31/2006
 
Archive Date
8/15/2006
 
Small Business Set-Aside
Total Small Business
 
Description
The Centers for Disease Control and Prevention intends to issue a sole source firm fixed priced purchase order to Thrane & Thrane, Inc. of Virginia Beach, Virginia, the only known provider of INMARSAT satellite telephone service compatible with CDC?s Division of Strategic National Stockpile-owned Mini-M and M4 satellite telephones. Thrane & Thrane has provided satellite telephone service to DSNS in the past on a contingency basis in the event of any incidents requiring DSNS response. It is the Government?s belief that only one responsible source exists and no other product or services will satisfy agency requirements. The following item is needed by the Division of Strategic National Stockpile (DSNS), Coordinating Office of Terrorism Preparedness and Emergency Response (COTPER). Item #1. Satellite Telephone Service guaranteed availability 24 hours per day / 365 days per year on an as-needed basis. Satellite telephone service shall be compatible with existing Mini-M and M4 satellite telephones and provide the following connectivity capability to Land Earth Stations (LES) as described in the following format ? Operator-LES-Name: ATLANTIC OCEAN REGION WEST: a. Comsat-001-Southbury; b. BT-002-Goonhilly; c. KDD=-003-Burum; d. Telenor-004-Eik; e. OTE-005-Thermopylae; f. France Telecom-011-Laurentides; g. ST12-012-Burum; h. IDB-013-Laurentides; i. Morsviazsputnik- 015-Laurentides; j. T-Mobil-111-Laurentides; k. Telstra-222-Laurentides; l. Italia Telecom-555-Fucino. ATLANTIC OCEAN REGION EAST: a. Comsat-001-Southbury; b. BT-002-Goonhilly; c. KDD-003-Burum; d. Telenor-004-Eik; e. France Telecom- 011-Aussaguel; f. Station 12-012-Burum; g. IDB-013-Laurentides; h. Morsviazsputnik-015-Laurentides; i. Saudi Telecom-025-Jeddah; j. T-Mobil-111-Raisting; k. Hong Kong Telecom-118-Laurentides; l. Telstra-222-Laurentides. PACIFIC OCEAN REGION: a. Comsat-001-Santa Paula; b. BT-002- BT Pacific; c. KDD-003-Yamaguchi; d. Indosat-007-Jatiluhur; e. France Telecom-011-Aussaguel; f. ST12-012-Yamaguchi; g. IDB-013-Perth; h. Morsviazsputnik-015-Perth; i. T-Mobil-111-Perth; j. Singapore Telecom-210-Sentosa; k. Telstra-222-Perth. INDIAN OCEAN REGION: a. Comsat-001-Comsat Eurasia; b. KDD-003-Yamaguchi; c. Telenor-004-Eik; d. Indosat-007-Jatiluhur; e. France Telecom-011-Perth; f. ST12-012-Burum; g. IDB-013-Perth; h. Morsviazsputnik-015-Perth; i. Malaysia Telecom-060-Kuantan; i. T-Mobil-111-Raisting; j. Singapore Telecom-210-Sentosa; k. Telstra-222-Perth; l. VSNL-306-Arvi. The proposed contract action is for commercial items which the Government intends to solicit and negotiate with only one source under authority of FAR subpart 6.302-1. Interested persons may identify their interest and capability to respond to the requirement. THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN 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. The following provision(s) apply to this acquisition: 52.212-1 Instructions to Offerors ? Commercial Items (MAR 2000) applies to this acquisition; 52.223-13 Certification of Toxic Chemical Release Reporting; 52.223-14 Toxic Chemical Release Reporting; 52.232-1 Payments; 52.233-3 Protest After Award; 52.201-1 Definitions; 52.203-5 Covenant Against Contingent Fees; 52.203-7 Anti-Kickback Procedures; 52.204-7 Central Contractor Registration; Contractor must be CCR Registered prior to submitting bid; The clause 52.212-4, Contract Terms & Conditions - Commercial Items (MAY 1999) applies to this acquisition. The following FAR Clauses are hereby added to this clause: 52.247-35 F.O.B. Destination; The clause at 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items applies to this acquisition. The following clauses listed in paragraph (b) of 52.212-5 apply to this acquisition: (1), (5), (7), (14), (15), (16), (17), (18), (22), (24), (29) and (30). 52.213-3 must be attached to bid. NAICS CODE: 517310, SIC: 4899 SIZE: 500, OFFERORS SHALL INCLUDE A COMPLETED COPY OF THE PROVISION AT 52.212-3, OFFERORS REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS, WITH YOUR QUOTE. The best way to complete this certification is to download the FAR Clauses (Volume II) at http://www.arnet.gov/far, print out the clause 52.212-3, Offeror Representation and Certification, and fill in the appropriate blanks. Documentation authority for synopsis urgent response on file. Offers will be due 07/31/2006 by 4:30 P.M. EST at Centers for Disease Control and Prevention; Procurements and Grants Office; Attn: Kristopher Lemaster AND Joe Little; 2920 Brandywine Road, M/S K69, Room 3205, Atlanta, GA 30341. Offers will not be accepted by facsimile. All quotes must be clearly marked on the subject line of the e-mail (Ref. 2006-Q-08802) or on the outside of the envelope with the following: Ref. 2006-Q-08802, Attn: Kristopher Lemaster / Joe Little. All responsible sources that can meet the above requirements may submit a quote, which may be considered by the Agency. For Contractual questions contact Kristopher Lemaster or Joe Little via e-mail at Klemaster@cdc.gov or JGLittle@cdc.gov; or via phone at (770) 488-2995 or (770) 488-2601. ****
 
Place of Performance
Address: 509 Viking Drive, Suite KLM/Virginia Beach/Virginia
Zip Code: 23452
Country: UNITED STATES
 
Record
SN01090511-W 20060718/060716220102 (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.