Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 30, 2007 FBO #1950
SOLICITATION NOTICE

58 -- Provide, Install, Integrate, Train, and Maintain One VTC System with One TEMPEST Rated and DISA/JITC Certified VWS Switch for Secret and Top Secret VTC for the US Army Electronic Proving Ground, Fort Huachuca, Arizona

Notice Date
3/28/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
ACA, White Sands Missile Range, Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street, White Sands Missile Range, NM 88002-5201
 
ZIP Code
88002-5201
 
Solicitation Number
W9124Q-07-R-EPGANC
 
Response Due
4/5/2007
 
Archive Date
6/4/2007
 
Small Business Set-Aside
Total Small Business
 
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. The Electronic Proving Ground, Fort Huachuca, Arizona is soliciting proposals for the following requirement (No Substitutes): Criticom Communications; Provide, Install, Integrate, Train and Maintain one VTC System with one TEMPEST rated and DISA/JITC certified VWS switch for Secret and Top Secret VTC. Dual network system requires separate ISDN lines for each network. Single Dial Isolator only supports handheld/on screen dialing for one network. Outgoing VTC call thru the second network must be made manually on the ISDN IMUX (incoming VTC calls on both networks ar automatic) to include the following: 1 each, CC-ISEC-STS-M32K7, ISEC-STS with 32 inch LCD display; 1 each, CC-ISEC-QBRI, ISE C Quad BRI IMUX Supports Quad BRI Interface with NT-1s; 2 each, CC-CAR-KIV7, KIV-7HSB Cryto Advanced Replacement Service; 1 each, CC-KIV-7KIT, KIV-7 Cable Kit; 2 each, CC-KIV-7HSB, KIV-7 Data Encryption Device up to T-1 rates; 1 each, CC-ISEC-STS-MOD, Plat inum Expanded Warranty; 1 each, CC-SI, Silver Installation; 1 each, CC-SIG, Silver Installation; 1 each, CC-ST, Silver Training; 1 each, CC-PMS, Project Management Support. FOB DESTINATION: Fort Huachuca, Arizona. Payment will be made by Government cred it card under Net 30 Terms. Offers are due no later than 12 noon, Mountain Standard Time, Thursday, 5 April 2007. Offers shall be submitted electronically at: Carmen.simotti@epg.army.mil. EVALUATION CRITERIA/PROCEDURES: Offers will be evaluated based on the following best value criteria in descending order of importance: Meeting the requirement, Proposed Delivery Schedule, Past Performance, and Price. The result of the award will be posted in Fedbizopps(http://www.fbo.gov/) under Award Notices. Questi ons pertaining to the Award Notice must be submitted in writing. For additional information, contact Carmen M. Simotti, Contract Specialist, at (520) 533-8189 or carmen.simotti@epg.army.mil. The synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-16. This is a total small business set aside. The NAICS code is 517310. The solicitation is issued as a request for proposal (RFP) and will be awarded as a firm-fixed-price. All Electronic and Information Technology will be Section 508 of the Rehabilitation Act of 1973 compliant. The following FAR provision 52.212-1, Instruction to Offerors Commercial items, applies to the acquisition. FAR provision 52.212-2, Evaluation of Commer cial Items, applies to the acquisition (See evaluation criteria above). Offerors shall include a completed copy of FAR provision 52.212-3,Offeror Representations and Certifications Commercial Items, and furnish Offeror's Tax Identification Number, CAGE Cod e, Central Contractor Registration Number, DUNS Number, and applicable FSC Codes with its offer. FAR clauses 52.212-4, Contract Terms and Conditions Commercial Items and 52.212-5, Contract Terms and Conditions Required Implementing Statutes or Executive Or ders Commercial Items apply to this acquisition. FAR clause 52.219-8, Utilization of Small Business Concerns apply. The government reserves the right to select for award, all, some, or none of the proposals received in response to this announcement.
 
Place of Performance
Address: ACA, South Region, SFCA-SR-WS, Electronic Proving Ground Directorate of Contracting, Banister Hall, Bldg 56301, 2000 Arizona Street Fort Huachuca AZ
Zip Code: 85613-7063
Country: US
 
Record
SN01261144-W 20070330/070328221123 (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.