Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 17, 2006 FBO #1817
SOLICITATION NOTICE

59 -- BRAND NAME MANDATORY REQUIREMENT FOR TANDBERG EQUIPMENT

Notice Date
9/27/2006
 
Notice Type
Solicitation Notice
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441 21983 Bundy Road Unit 7, Patuxent River, MD, 20670
 
ZIP Code
20670
 
Solicitation Number
N00421-06-T-0293
 
Response Due
10/3/2006
 
Point of Contact
Susan Supplee, Contract Specialist, Phone (301) 995-8899, Fax (301) 995-8670, - William Case, Contract Specialist, Phone (301) 995-8641, Fax (301) 995-8670,
 
E-Mail Address
susan.supplee@navy.mil, william.case@navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR), Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. The reference document number for this is N00421-06-T-0293. The incorporated document, provisions and clauses are those in effect through Federal Acquisition Circular 2005-12 and Defense Acquisition Circular 20060908. The applicable NAICS code is 423430 and this acquisition is set aside for Small Business. The Government intends to purchase the following Tandberg equipment on a Brand Name Mandatory Firm Fixed-Price basis citing statutory authority permitting other than full and open competition, Title 10 USC 2304 (1) Only One Responsible Source and no other Supplies or Services will satisfy Agency Requirements, as implemented by FAR 6.302-1. The Tandberg equipment being purchased must be purchased to ensure interoperability and interchangeability with the currently fielded systems. Procurement of other than the specified equipment would result in substantial duplication of cost to the Government associated with providing reengineering, testing, training, and documentation changes. Tandberg is the sole manufacturer of the requested systems. The required line items are as follows: Item 0001- P/N 114151 Tandberg Tactical MXP (384 Kbps ISDN/1.5 Mbps IP), including 114151-V31D First Year Customer Core Service, Qty 50; Item 0002- P/N 114487NPP Natural Presenter Package (NPP) for Tactical MXP, Qty 50; and Item 0003- P/N 114487MS Multi-Site Capability (MS) for Tactical MXP, Qty 50. Award is expected to be 4 October 2006. The items will be shipped FOB Destination to Receiving Officer, NAWCAD, Bldg 8115, Villa Road, St. Inigoes, MD 20684-0010. The required delivery date is 29 November 2006 or earlier. FAR 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (JAN 2006) is incorporated by reference and applies to this acquisition. Offerors shall ensure their information for FAR 52.212-3 Alt I (June 2006) is accurately posted to the Online Representations and Certifications website at http://www.bpn.gov. FAR 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (SEP 2005) is incorporated by reference and applies to this acquisition. FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL ITEMS (AUG 2006) (Deviation) applies to this acquisition. (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1)52.203-3, Gratuities (APR 1984); (2) 52.203-6, Restrictions On Subcontractor Sales To The Government (Jul 1995) (Alt I) (OCT 1995); (3) 52.203-11 Certification And Disclosure Regarding Payments To Influence Certain Federal Transactions (SEP 2005); (4) 52.204-4 Printed or Copied Double-Sided on Recycled Paper (AUG 2000); (5) 52.209-5 Certifications Regarding Debarment, Suspension, Proposed Debarment, And Other Responsibility Matters (DEC 2001); (6) 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment (JAN 2005); (7) 52.211-14 Notice Of Priority Rating For National Defense Use (SEP 1990) fill-in: (X) DO rated; (8) 52.211-15 Defense Priority And Allocation Requirements (SEP 1990); (9) 52.219-6 Notice Of Total Small Business Set-Aside (JUN 2003); (10) 52.219-8, Utilization of Small Business Concerns (MAY 2004); (11) 52.222-3, Convict Labor (June 2003); (12) 52.225-13, Restrictions on Certain Foreign Purchases (MAR 2005)(E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of Treasury); (13) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jun 2004); (14) 52.222-21, Prohibition of Segregated Facilities (Feb 1999); (15) 52.222-26, Equal Opportunity (Apr 2002); (16) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (Dec 2001); (17) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); (18) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (Dec 2001); (19) 52.222-39, Notification of Employee Rights Concerning the Payment of Union Dues or Fees (DEC 2004); (20) 52.222-50, Combating Trafficking in Persons (APR 2006); (21) 52.225-13, Restrictions on Certain Foreign Purchases (MAR 2005); (22) 52.227-2, Notice And Assistance Regarding Patent And Copyright Infringement (AUG 1996); (23) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003); (24) 52.233-3, Protest After Award (Aug 1996); (25) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004); (26) 52.247-34, F.O.B. Destination (NOV 1991); (27) 52.252-2, Clauses Incorporated By Reference (FEB 1998) fill-in: http://www.arnet.gov/far or http://farsite.hill.af.mil. Offeror shall include a completed copy of the provision at DFAR 252.212.7000, OFFEROR REPRESENTATIONS AND CERTIFICATIONS -COMMERCIAL ITEMS (JUN 2005) with its quote. DFAR 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (JUL 2006) (Deviation) is incorporated by reference. The following DFARs clauses are incorporated by reference: (1) 252.204-7003 Control of Government Personnel Work Product (APR 1992); (2) 252.204-7004 (Alt A), Central Contractor Registration (52.204-7) Alternate A (NOV 2003); (3) 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country (SEP 2004); (4) 252.209-7004, Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country (MAR 1998); (5) 252.225-7012 Preference for Certain Domestic Commodities (JUN 2004); (6) 252.225-7014 Preference for Domestic Specialty Metals, Alternate I (APR 2003); (7) 252.232-7003, Electronic Submission Of Payment Requests (MAY 2006); (8) 252.247-7023 Transportation of Supplies by Sea (May 2002); (9) 252.247-7024 Notification of Transportation of Supplies by Sea (MAR 2000). THIS IS A BRAND NAME MANDATORY REQUIREMENT. However, responsible interested parties may submit an offer for this Brand Name Mandatory equipment by 17:00 EST on 3 October 2006. The Government will not pay for any information received. OFFERS SHALL BE SUBMITTED VIA E-MAIL OR FACSIMILE BY 17:00 EST ON 3 October 2006. For information contact Susan Supplee, Code 251223, at (301) 995-8899, Fax (301) 995-8670 or e-mail to susan.supplee@navy.mil. **END** NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (27-SEP-2006). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 15-NOV-2006, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DON/NAVAIR/N00421/N00421-06-T-0293/listing.html)
 
Place of Performance
Address: BLDG 8115, VILLA ROAD SAINT INIGOES, MD
Zip Code: 20684-0010
Country: UNITED STATES
 
Record
SN01181956-F 20061117/061115230536 (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.