Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2007 FBO #2102
SPECIAL NOTICE

70 -- Shout Software Maintenance F2VTJJ7162A001

Notice Date
8/27/2007
 
Notice Type
Special Notice
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2606 Brown Pelican Ave., MacDill AFB, FL, 33621-5000, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-F2VTJJ7162A001
 
Response Due
9/5/2007
 
Archive Date
9/20/2007
 
Description
THIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. This is a notice of intent to award a sole source contract under statutory authority 10 USC 2304(c)(1), set forth in Federal Acquisition Regulation 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. The Joint Communications Support Element (JCSE) requires the renewal of the NET Standard Remote Service Maintenance Package. The NET Standard Remote Service Maintenance Package provides access to the Technical Assistance Center (TAC), 24 hours a day / 7 days a week phone support, software licensing, software upgrades, next business day hardware replacement and remote repair for 24 each NET SHOUT 900 Voice Over Internet Protocol (VOIP) gateway session controllers. NET Federal is the only authorized distributor of these services and CACI is the only authorized remote repair facility provider for the NET services required to support and maintain these systems. The 6th Contracting Squadron intends to make an award to Network Equipment Technologies (NET) Federal, 2166 Ridgetop Circle, Suite 100, Dulles, Virginia 20166. Any interested parties may e-mail carlos.mayorga@macdill.af.mil or fax 813-828-6156, SSgt Carlos Mayorga, no later than Friday September 5, 2007; 9:00 a.m. EST. Per FAR Part 5.207-13(e) Fed Biz Ops Numbered Note 22 applies and is modified to read: 22. 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 or submit proposals. This notice of intent is not a request for competitive proposals. However, any proposals received by Friday September 5, 2007 will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. V. DEMONSTRATION THAT THE CONTRACTOR?S UNIQUE QUALIFICATIONS OR NATURE OF THE ACQUISITION REQUIRES THE USE OF THE AUTHORITY CITED ABOVE (APPLICABILITY OF AUTHORITY) The NET Federal SHOUT 900 VOIP gateway session controllers are integrated into the JCSE VOIP backbone. The SHOUT 900 bridges the circuit based, analog voice calls into the Internet Protocol (IP) network. Its patented Best Signaling Protocol (BSP) allows for significant savings in bandwidth over other analog to IP conversions systems. This unit is integrated into the JCSE Small Command and Control IP packages as well as the Global Information Grid access points utilized at the Defense Information Systems Agency Standard Tactical Entry Point (DISA STEP) sites. Without this controller, civilian authorities and government agencies will not be able to communicate effectively during or in the aftermath of a natural disaster or terrorist act. Shout VOIP is the IP hardware and software currently used by JCSE. It has already been tested for reliability and security. To purchase another system would mean forfeiting a system currently valued over $900K and absorbing the costs and efforts involved in procuring and implementing another system (i.e., approvals, new system cost, time to employ new system, training of personnel, etc.). It is not reasonable nor would it be cost effective to purchase another system when it too would require the renewal of its services. Substantial duplication of cost to the Government is not expected to be recovered through competition. NOTE: FAR Clause 52.232-18 -- Availability of Funds is in effect for this requirement. 52.232-18 -- Availability of Funds (Apr 1984) Funds are not presently available for this contract. The Government?s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer (End of Clause).
 
Place of Performance
Address: 2606 BRWON PELICAN AVE/TAMPA/FLORIDA
Zip Code: 33621
Country: UNITED STATES
 
Record
SN01386378-W 20070829/070827221258 (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.