Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 03, 2006 FBO #1742
MODIFICATION

99 -- Satellite Equipment

Notice Date
9/1/2006
 
Notice Type
Modification
 
Contracting Office
1701 North Fort Myer Dr, Rosslyn, VA 22219
 
ZIP Code
22102
 
Solicitation Number
1001-607001
 
Response Due
9/6/2006
 
Archive Date
9/26/2006
 
Point of Contact
Name: Doug Stuck, Title: Sourcing Agent, Phone: 301.788.3839, Fax: 703.442.7822,
 
E-Mail Address
Doug.Stuck@fedbid.com;
 
Small Business Set-Aside
N/A
 
Description
AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is 1001-607001 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-09. The associated North American Industrial Classification System (NAICS) code for this procurement is 443112 with a small business size standard of $6.5M. This requirement is unrestricted and only interested offerors may submit a quote. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on Wednesday, September 6, 2006 at 12:00:00 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Washington, DC 20520 The Department of State requires the following items, MEET OR EXCEED, to the following: LI 001, GCS-1212iC-25WA: GCS "Hawkeye II Lite" 1.2M Ku-Band Auto-acquire System with 25 W BUC and iDirect Modem – Consists of: - 1.2M 4pc Carbon Fiber Reflector - Auto-acquire Antenna Positioner in ECS case - 25 Watt Wide Band BUC - 3 LNBs for full International Ku-Band Coverage - GCS251iC iConnex Outdoor Modem; includes Embedded iDirect Modem; Environmentally sealed case for outdoor use; Four 100BT user ports; Environmental control unit; Built-in tuning meter; Blackout feature; M&C for modem & PA; Operation over CAT-5 cable; RF monitor port; External GPS option - CAT-5 Cable - ViewSAT Terminal Software (Note: Price does not include Laptop Computer) - Complete system provided in custom-engineered cases, qty four (4); each case to be under 100 lbs in total weight (fully packed), 2, EA; LI 002, CoreCom Module, includes: • 4 RU MacRack Case • 24-Port Catalyst Express Switch • Laptop Assy with Panasonic CF-51 Laptop and Laptop Tray • ViewSat Software Loaded into Laptop • Rear I/O panel • Power Cable • Four (4) Cisco 7960 IP Phones in a foamed storage case, 2, EA; LI 003, Training: On-Site Training of Hawkeye II Lite VSAT System, CoreCom Module, ViewSAT GUI, and general assembly/maintanence and operational training; training costs include 2 days of onsite training, per diem costs and prep, 1, UNIT; LI 004, Satellite Airtime: 12 calender months of CONUS (plus southern AK) Ku segment, for use with the GCS Hawkeye II Lite VSAT system; includes service for TWO Hawkeye terminals ( at 128Kbps x 512Kbps burst rates 32Kbps) , and also one-time modem set up fee (for 2 modems total), 1, YR; For this solicitation, Department of State intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. Department of State is taking this action in a an effort to improve vendor access and awareness of requests while expediting its ability to gather multiple, completed, real-time offers. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their offer using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make an offer on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith offers, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, contact Harry Lundy at lundyhe@state.gov or FedBid.com at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation. Contact ClientServices@FedBid.com or call 1-877-9FEDBID to address any questions of comments Agencies may require registration with the Central Contractor Registry (CCR) prior to receipt of order. Information can be found at www.ccr.gov ALL BOXES AND CONTAINERS MUST BE CLEARLY MARKED WITH THE REQUISITION REFERENCE NUMBER FOUND IN BLOCK 4, OF 347 ORDER FOR SUPPLIERS AND SERVICSE. SHIPPING DOCUMENTS WILL CELARLY LIST EACH ITEM AND THE QUANTITY SHIPPED AS CONTAINED WITHIN BOXES OR CONTAINERS. IF SINGLE LINE ITEMS HAVE BEEN ASSEMBLED INTO MAJOR COMPONENT, SHIPPING DOCUMENTS MUST ACCOUNT FOR THE INDIVIDUAL ITEMS SHIPPED WITHIN THE MAJOR COMPONENT. BIDS MUST BE VALID FOR 30 DAYS AFTER COMPETITION CLOSE. FOB DESTINATION CONUS This Justification and Approval (J&A) on a brand name only basis is for the use of a Global VSAT Communications System.The Global VSAT Communications System is comprised of 2 each GCS Hawkeye II Lite 1.2 M KU band systems, 2 each CoreCom modules, 1 each Onsite training package and satellite airtime for 12 calendar months. The use of a brand name description is essential to the Government’s requirements, for Department of State infrastructure connectivity requirements, thereby precluding consideration of the products of another company. S/CT, in consultation with IRM, has identified the Global VSAT Communications System as a key component of the Department’s networking system.An identification of the statutory authority permitting other than full and open competition. The 41 USC 253(c)(1), and FAR 6.302-1 are cited at the statutory authority. As this is a brand name only justification, no one contractor’s unique qualifications are cited as the basis for this justification. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (01-SEP-2006); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
www.fedbid.com (b-31017_05, n-3355)
(http://www.fbo.gov/spg/State/FedBid.com/FedBid1/1001-607001/listing.html)
 
Place of Performance
Address: Washington, DC 20520
Zip Code: 20520
Country: US
 
Record
SN01133293-F 20060903/060901230016 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.