Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 25, 2007 FBO #1886
SOLICITATION NOTICE

99 -- TOCNET Intercommunications Systems equipment, components, and configurations

Notice Date
1/23/2007
 
Notice Type
Solicitation Notice
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
US Army Aviation and Missile Command (Missile), ATTN: AMSAM-AC, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
 
ZIP Code
35898-5280
 
Solicitation Number
W31P4Q-07-R-0084
 
Response Due
2/7/2007
 
Archive Date
4/8/2007
 
Small Business Set-Aside
N/A
 
Description
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. It is anticipated that this procurement will be executed through the issuance of a sole-source contract to SCI Technology, Inc, the current TOCNET Intercommunications Systems developer an d producer, 13000 South Memorial Parkway, Huntsville, Alabama 35807. The anticipated contract type will be indefinite delivery/indefinite quantity with delivery orders issued on a firm fixed price basis. Justification for other than full and open competi tion is 10 USC 2304(c )(1), as implemented by Federal Acquisition Regulation (FAR) 6.302-1 (a)(2), only one responsible source, or only from a limited number of responsible sources, and no other supplies or services will satisfy agency requirements. SCI T echnology, Inc. is the sole manufacturer of the proprietary TOCNET Intercommunications System and the only known source that meets all of the Governments requirements for the Standardized Integrated Command Post System (SICPS) Command Post Platform (CPP). The TOCNET Intercommunications System has been integrated and extensively tested in conjunction with operational and logistical certification testing of the CPP system. No other source has a product with the integration and test history required to inte grate with the CPP without impact to cost and schedule. The estimated contract period of performance for this effort will be 5 years. This solicitation will not be set-aside for small business or small disadvantaged business because contract award to SCI Technology, Inc is necessary to meet the accelerated fielding schedule required by the revised Army direction. Solicitation number W31P4Q-07-R-0084 is being issued as a request for proposal (RFP). The solicitation document and incorporated provisions an d clauses are those in effect through Federal Acquisition Circular 2005-15. The TOCNET Intercommunications Systems is non-developmental items, proprietary commercial off the shelf (COTs) systems. All specified quantities herein are maximum quantities. Item No 0001 Micro Central Switching Unit (MCSU) Basic Plus Quad E1/T1 Interface & RMS, P/N 5402200-004, Quantity 5 each Item No 0002 MCSU Enhanced  16 radio RMS, P/N 5402100-001, Quantity 200 each Item No 0003 MCSU Enhanced  8 radio RMS, P/N 5459100-001, Quantity 1000 each Item No 0004 Crew Access Unit (CAU), P/N 5402300-001, Quantity 30 each Item No 0005 CAU Enhanced, P/N 5402550-001, Quantity 1500 each Item No 0006 Desktop CAU Stand Assembly (includes CAU), P/N 5402800-001, Quantity 10 each Item No 0007 Desktop CAU New Enhanced (includes Enhanced CAU), P/N 5402800-003, Quantity 1000 each Item No 0008 Soft CAU for PC/Laptop/Workstation/PDA, P/N 5402500-001, Quantity 1200 each Item No 0009 Trim CAU, P/N 5402350-001, Quantity 50 each Item No 0010 USB Jackbox, P/N 5402600-001, Quantity 100 each Item No 0011 Desktop CAU w/o CAU, P/N 5402800-002, Quantity 1 each Item No 0012 Desktop CAU New w/o Enhanced CAU, P/N 5402800-004, Quantity 1 each Item No 0013 MCSU (5402200-004) to Enhanced MCSU Upgrade, Becomes P/N 5459125-001, Quantity 252 each Item No 0014 MCSU (5402200-003) to Enhanced MCSU Upgrade, Becomes P/N 5459125-001, Quantity 70 each Item No 0015 MCSU (5402200-002) to Enhanced MCSU Upgrade, Becomes P/N 5459125-001, Quantity 70 each Item No 0016 MCSU (5402200-001) to Enhanced MCSU Upgrade, Becomes P/N 5459125-001, Quantity 70 each Item No 0017 One Year Additional Warranty with MCSU Upgrade, P/N N/A, Quantity 10 each Item No 0018 Redi-Comm Lite Military Version, P/N 5456450-001, Quantity 15 each Item No 0019 MCSU Power with Serial 1, P/N 5402450-001, Quantity 10 each Item No 0020 MCSU Power no Serial 1, P/N 5402450-002, Quantity 25 each Item No 0021 MCSU/CAU Bus, P/N 5402451-001, Quantity 50 each Item No 0022 MCSU Radio and Control 12 feet, P/N 5402452-001, Quantity 10 each Item No 0023 MCSU Radio 12 feet, P/N 5402452-002, Quantity 10 each Item No 0024 MCSU Radio and Audio Control 25 feet, P/N 5402452-003, Quantity 10 each Item No 0025 MCSU Radio Control 25 feet, P/N 5402452-004, Quantity 10 each Item No 0026 MCSU DNVT/MSE 2 Ethernet 16 feet, P/N 5402453-001, Quantity 10 each Item No 0027 MCSU DNVT/MSE 1 Ethernet 16 feet, P/N 5402453-002, Quantity 10 each Item No 0028 MCSU DNVT/MSE no Ethernet 16 feet, P/N 5402453-003, Quantity 10 each Item No 0029 CAU Power with Maintenance, P/N 5402455-001, Quantity 10 each Item No 0030 CAU Power, P/N 5402455-002, Quantity 10 each Item No 0031 CAU Bus 10 inch Pigtail, P/N 5402456-001, Quantity 5 each Item No 0032 USB Jackbox Adapter for Bose-Lemo, P/N 5402457-001, Quantity 5 each Item No 0033 USB Jackbox Adapter for Hirose, HS, Inc., P/N 5402457-002, Quantity 5 each Item No 0034 CAU Main Audio, P/N 5402458-001, Quantity 5 each Item No 0035 CAU PTT Pigtail Adapter, P/N 5402459-001, Quantity 5 each Item No 0036 CAU PTT Adapter Bose, P/N 5402459-002, Quantity 5 each Item No 0037 CAU PTT Hirose, HS Inc., P/N 5402459-003, Quantity 5 each Item No 0038 ECAU Power Maintenance 2 USB, P/N 5402460-001, Quantity 5 each Item No 0039 ECAU Radio Handset, P/N 5402461-001, Quantity 10 each Item No 0040 ECAU Radio Handset Serial (SER), P/N 5402461-002, Quantity 10 each Item No 0041 ECAU Radio Handset Serial Discrete (DSCRT), P/N 5402461-003, Quantity 10 each Item No 0042 ECAU Multi Drop Bus (MDB), P/N 5402462-001, Quantity 10 each Item No 0043 ECAU 3ENET, P/N 5402462-002, Quantity 10 each Item No 0044 ECAU MDB 3ENET, P/N 5402462-003, Quantity 10 each Item No 0045 ECAU MDB 3ENET DSCRT, P/N 5402462-004, Quantity 10 each Item No 0046 EMCSU DNVT 4E1T1 2ENET 16 feet, P/N 5402463-001, Quantity 10 each Item No 0047 TCAU Power, P/N 5402464-001, Quantity 10 each Item No 0048 TCAU to TCAU Power, P/N 5402465-001, Quantity 10 each Item No 0049 TCAU MDB, P/N 5402466-001, Quantity 10 each Item No 0050 TCAU ENET, P/N 5402466-002, Quantity 10 each Item No 0051 TCAU MDB ENET, P/N 5402466-003, Quantity 10 each Item No 0052 TCAU MDB ENET Maintenance, P/N 5402466-004, Quantity 10 each Item No 0053 TCAU to TCAU MDB, P/N 5402467-001, Quantity 10 each Item No 0054 TCAU Audio Main 9 feet, P/N 5402468-001, Quantity 10 each Item No 0055 TCAU Audio Main 5 feet, P/N 5402468-002, Quantity 10 each Item No 0056 EMCSU-16 Radio J3 RAD, P/N 5402469-001, Quantity 10 each Item No 0057 EMCSU-16 Radio J3 RAD SER, P/N 5402470-001, Quantity 10 each Item No 0058 EMCSU-16 Radio RAD SER POTS, P/N 5402471-001, Quantity 10 each Item No 0059 EMCSU-16 Radio J3 RAD SER POTS DSCRT  10 Feet, P/N 5402472-001, Quantity 10 each Item No 0060 EMCSU-16 Radio J3 RAD SER POTS DSCRT  25 Feet, P/N 5402472-002, Quantity 10 each Item No 0061 EMCSU-16 Radio J4 RAD, P/N 5402473-001, Quantity 10 each Item No 0062 EMCSU-16 Radio J4 RAD SER, P/N 5402474-001, Quantity 10 each Item No 0063 EMCSU-16 Radio J4 RAD SER POTS, P/N 5402475-001, Quantity 10 each Item No 0064 EMCSU-16 Radio J4 RAD SER POTS DSCRT  10 Feet, P/N 5402476-001, Quantity 10 each Item No 0065 EMCSU-16 Radio J4 RAD SER POTS DSCRT  25 Feet, P/N 5402476-002, Quantity 10 each Item No 0066 EMCSU-16 Radio 4MDB, P/N 5402477-001, Quantity 10 each Item No 0067 EMCSU-16 Radio 2ENET, P/N 5402478-001, Quantity 10 each Item No 0068 EMCSU-16 Radio 4MDB 2ENET, P/N 5402479-001, Quantity 10 each Item No 0069 EMCSU-16 Radio 4MDB 2ENET 8CDP, P/N 5402480-001, Quantity 10 each Item No 0070 EMCSU-16 Radio 4MDB 2ENET 8CDP 4E1T1, P/N 5402481-001, Quantity 10 each Item No 0071 EMCSU-16 Radio 4MDB 2ENET 8CDP 4E1T1 CLK, P/N 5402482-001, Quantity 10 each Item No 0072 RC RAD Handset, P/N 5402483-001, Quantity 10 each Item No 0073 RC RAD DE-9 (MRC), P/N 5402484-001, Quantity 5 each Item No 0074 RAD Serial PRC-117, P/N 5402 485-001, Quantity 5 each Item No 0075 RAD CDP, P/N 5402486-001, Quantity 10 each Required delivery shall be 30-45 days after receipt of order (ARO). Inspection/Acceptance should be Origin and FOB Destination. Ship to Address is US Army Aviation and Missile Command, Central Receiving (DODAAC W31P38), Cottonwood Road, Building 8022, AT TN: Product Manager Tactical Operations Centers (TOC) DODAAC W910F2, Mark For: Doug Richmond/Jan Logan (256-876-6746/6781), Redstone Arsenal, AL 35898. The following provisions/clauses applies to this acquisition- FAR 52.202-1 Definitions 52.203-3 Gratuities 52.203-6 Restrictions on Subcontractor Sales to the Government 52.203-7 Anti-Kickback Procedures 52.203-8 Cancellation, Rescission, and Recovery of Funds for Illegal or Improper Activity 52.203-10 Price or Fee Adjustment for Illegal or Improper Activity 52.203-12 Limitation on Payments to Influence 52.204-4 Printed or Copied Double-Sided on Recycled Paper 52.204-7 Central Contractor Registration 52.204-8 Annual Representations and Certification 52.207-4 Economic Purchase Quantity 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.211-5 Material Requirements 52.211-15 Defense Priority and Allocation Requirements 52.211-17 Delivery of Excess Quantities 52.212-1 Instructions to Offerors  Commercial 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items 52.214-34 Submission of Offers in the English Language 52.214-35 Submission of Offers in U.S. Currency 52.215-2 Audit and Records-Negotiation 52.215-8 Order of Precedence-Uniform Contract Format 52.215-10 Price Reduction for Defective Cost or Pricing Data 52.215-12 Subcontracting Cost or Pricing Data 52.215-14 Integrity of Unit Prices 52.215-15 Pension Adjustments and Asset Reversions 52.215-16 Facilities Capital Cost of Money 52.215-18 Revision or Adjustment of Plans for Postretirement 52.215-19 Notification of Ownership Changes 52.215-20 Requirements for Cost or Pricing Data 52.216-1 Type of Contract 52.216-18 Ordering 52.216-19 Order Limitations 52.216-22 Indefinite Quantity 52.219-8 Utilization of Small Business Concerns 52.219-9 Small Business Subcontracting Plan 52.219-16 Liquidated Damages-Subcontracting Plan 52.219-4702 Pilot Mentor-Prot?g? Program 52.225-13 Restriction on Certain Foreign Purchases 52.225-18 Place of Manufacture 52.227-1 Authorization and Consent 52.227-2 Notice and Assistance Regarding Patent and Copyright Infringement 52.229-4 Federal, State, and Local Taxes 52.230-1 Cost Accounting Standards Notices 52.230-2 Cost Accounting Standards 52.230-3 Disclosure and Consistency of Cost Accounting Practices 52.230-6 Administration of Cost Accounting Standards 52.230-7 Proposal Disclosure-Cost Accounting 52.232-1 Payments 52.232-8 Discounts for Prompt Payment 52.232-11 Extras 52.232-17 Interest 52.232-23 Assignment of Claims 52.232-25 Prompt Payment 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration 52.233-1 Disputes 52.233-2 Service of Protest 52.233-3 Protest after award 52.233-4 Applicable Law for Breach of Contract 52.242-13 Bankruptcy 52.242-15 Stop-Work Order 52.242-17 Government Delay of Work 52.243-7 Notification of Changes 52.244-5 Competition in Subcontracting 52.246-16 Responsibility for Supplies 52.246-23 Limitation of Liability 52.247-4700 Bar Code Markings (USAAMCOM) 52.248-1 Value Engineering 52.252-1 Solicitation Provisions Incorporated by Reference 52.253-1 Computer Generated Forms DFAR 252.203-7001 Prohibition on Persons Convicted of Fraud or Other Defense-Contract-Related Felonies 252.204-7003 Control of Government Personnel Work Product 252.205-7000 Provision of Information to Cooperative Agreement Holders 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country 252.209-7004 Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country 252.211-7001 Availability of Specifications, Standards, and Data Item Descriptions Not Listed in the Acquisition Streamlining and Standardization Information System (ASSIST), and Plans, Drawings, and Other Pertinent Documents 252.211-7003 Item Identification and Valuation 252.215-7000 Pricing Adjustments 252.215-7002 Cost Estimating System Requirements 252.219-7003 Small, Small Disadvantaged and Women-Owned Small Business Subcontracting Plan 252.222-7006 Combating Trafficking in Persons 252.225-7000 Buy American Act--Balance of Payments Program Certificate 252.225-7002 Qualifying Country Sources as Subcontractors 252.225-7003 Report of Intended Performance Outside the United States and CanadaSubmission with Offer 252.225-7004 Report of Intended Performance Outside the United States and CanadaSubmission after Award 252.225-7006 Quarterly Reporting of Actual Contract Performance Outside the United States 252.225-7012 Preference for Certain Domestic Commodities 252.225-7013 Duty-Free Entry 252.225-7014 Preference for Domestic Specialty Metals 252.225-7016 Restriction on Acquisition of Ball and Roller Bearings 252.225-7025 Restriction on Acquisition of Forgings 252.225-7031 Secondary Arab Boycott of Israel 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns 252.231-7000 Supplemental Cost Principles 252.232-7003 Electronic Submission of Payment Requests 252.243-7002 Requests for Equitable Adjustment 252.246-7000 Material Inspection and Receiving Report 252.247-7022 Representation of Extent of Transportation by Sea 252.247-7023 Transportation of Supplies by Sea 252.247-7024 Notification of Transportation of Supplies by Sea 252.249-7002 Notification of Anticipated Contract Termination or Reduction Offerors recommended economic purchase quantity, unit price, total amount per FAR 52.207-4, Economic Purchase Quantity - Supplies (Aug 1987); Offerors should include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certificat ions - Commercial Items, with its offer. Any award resulting from this RFP will be issued on Standard Form 26 and will contain all clauses required by law, the Federal Acquisition Regulation (FAR), and the Defense Federal Acquisition Regulation Supplement (DFARS) as appropriate for the dollar value of the award. Offerors must request a list of FAR and DFARS clauses that apply to this requirement prior to submission of proposal. The provision at FAR Clause 52.212-2, Evaluation Commercial Items, is applica ble to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The foll owing factors shall be used to evaluate offers: Price and delivery schedule equally. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement. Proposal should be submitted to Commander, U.S. Army Aviation and Missile Command, Acquisition Center, Redstone Arsenal, AL 35898-5280, AMSAM-AC-SM-C, Dorphelia Foster, Contracting Officer not later than 7 February 2007 by 1600. Questions regarding Solic itation number W31P4Q-07-R-0084 should be addressed to Kathy Decker, (256) 876-4964 or Dorphelia Foster (256) 876-4189.
 
Place of Performance
Address: US Army Aviation and Missile Command (Missile) ATTN: AMSAM-AC, Building 5303, Martin Road Redstone Arsenal AL
Zip Code: 35898-5280
Country: US
 
Record
SN01217513-W 20070125/070123220828 (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.