Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2007 FBO #2113
SOLICITATION NOTICE

58 -- The Sequoyah Transition Managment Office has a requirement for (2) Foreign Media Monitoring Systems (FMMS). This is a sole source action to BBN Technologies in accordance with FAR Part 6.302-1.

Notice Date
9/7/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army C-E LCMC Acquisition Center - DAAB07, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
 
ZIP Code
07703-5008
 
Solicitation Number
W15P7T-07-R-M216
 
Response Due
9/14/2007
 
Archive Date
11/13/2007
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for COMMERCIAL ITEMS prepared in accordance with the format in the Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This will be procured as a Only One Responsible Source under the authority of 10 U.S.C. 2304(C)(1) and FAR 6.302-1 to BBN Technologies Corp. The contract shall be awarded as a Firm Fixed Price type contract. This announcement constitutes the solicitation: a proposal is bein g requested and a written solicitation will not be issued. The solicitation number is W15P7T-07-R-M216 and is issued as a Request For Proposal (RFP). The Sequoyah Transition Management Office (STMO), under the Product Director Signal Warfare of Program Executive Officer (PEO) Intelligence and Electronics Warfare and Sensors (IEW&S), Fort Monmouth, NJ, is seeking to fulfill the immediate need for two (2) four-channel Foreign Media Monitoring Systems (FMMSs) and associated support services. Requirement: " Each of the FMMSs to be acquired will have four broadcasting channels. " One FMMSs will broadcast and translates all four channels in Arabic. " One FMMS will broadcast and translates two channels in Arabic and two channels in Farsi. " A total of two (2) units. " The support services needed in the form of a commercial warranty for this effort include hardware and software support, on-site installation, and training prior to deployment of the FMMSs to Southwest Asia. The offeror shall submit the commercial terms a nd conditions. The offeror shall support price data with a published commercial catalog. The offeror is encouraged to offer a discount when the Government purchases commercial products. The offeror shall provide commercial part numbers and catalogs as necessary in order for the Government to make a determination of whether the requirement has been met. If there is a license agreement associated with the FMMS the Government will require a copy of the agreement. Delivery shall be within 60 days after contract award. The small size standard is for number employees below 750 for the North American Industry Classification System (NAICS) Code 334220. Shipments are to be FOB Destination. Ship To Address is the following: PD SIGNAL WARFARE c/o Ms. Pat Ford Building 79, NAS Route 547 Lakehurst, NJ 08733 DODAAC: W81MJR Packaging and Packing shall be in accordance with Standard Practice for Commercial Packaging (ASTM D 3951-98). PROVISIONS AND CLAUSES applicable to this acquisition are as follows: FAR 52.212-1, Instructions to Offerors  Commercial Items (JAN 2005); FAR 52.212-3, Alt 1, Offerors Representations and Certifications, Commercial Items; Offerors shall complete this information in accordance with the instructions included in the FAR and submit with the quote. FAR 52.212-4, Contract Terms and Conditions  Commercial Items (OCT 2003); FAR 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders  Commercial Items (JULY 2005), for paragraph (b) the following clauses apply: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), 52.222-3, Convict Labor (June 2003) 52.222-19, Child Labor  Cooperation with Authorities and Remedies (Jan 2006) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (Mar 2007) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) 52.225-5, Trade Agreements (Nov 2006) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area 52.232-33, Payment by Electronic Funds Transfer  Central Contractor Registration (Oct 2003) DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUNE 2005), for Paragraph (b) the following clauses apply: 252.225-7001, 252.227-7015, 252.227-7037 , 252.232-7003, 252.243-7002, 252.247-7023; FAR 52.227-01, Authorization and Consent (JULY 1995); FAR 52.227-2, Notice and Assistance Regarding Patent and Copyright Infringement (AUG 1996); FAR 52.227-3, Patent Indemnity (APR 1984); FAR 52.227-6, Royalty Information (APR 1984); FAR 52.227-9, Refund of Royalties (APR 1984); DFAR 252.227-7015, Technical Data  Commercial Items (NOV 1995); DFAR 252.227-7030, Technical Data  Withholding of Payment (MAR 2000); DFAR 252.227-7037, Validation of Restrictive Markings on Technical Data (SEP 1999); DFAR 252.227-7019 Validation of Asserted Restrictions-Computer Software DFAR 252.227-7027 Deferred Ordering of Technical Data or Computer Software DFAR 252.227-7028 Technical Data or Computer Software Previously Delivered To the Government FAR 52.242-15, Stop-Work Order (AUG 1989) DFAR 252.204-7000 Disclosure of Information DFAR 252.211.7003 Item Identification and Valuation DFAR 252.217-7026, Identification of Source of Supply DFAR 252.211-7006 Radio Frequency Identification FAR 52.223-11, Ozone-Depleting Substances FAR 52.247-34 FOB Destination FAR 52.247-48 FOB Destination Evidence of Shipment The following clauses are local Communication-Electronics Life Cycle Management Command (C-E LCMC) clauses and all interested parties shall request a copy from the Contract Specialist; 52.7037 Packing Waivers or Deviations 52.7041 Conditions for Acceptability of Alternate Commercial Packaging 52.7043, Standard Practice for Commercial Packaging 52.7050, Administrative Data/Instructions to the Paying Office 52.6110, Mandatory Use of Contractor to Government Electronic Mail, 52.7027 Place of Performance and Shipping Point 52.6076, Army Electronic Invoicing FULL TEXT OF THESE PROVISIONS AND CLAUSES, WITH NOTED EXCEPTION REGARDING LOCAL CLAUSES, MAY BE OBTAINED BY ACCESSING ANY OF THE FOLLOWING INTERNET WEBSITES: http://www.acq.osd.mil/dpap/dars/dfars/index.htm or http://www.acqnet.gov/far/ . Note 22. Basis of Award The Government intends to make an award to the BBN Technologies Corp. All responsible sources may submit a proposal which shall be considered and evaluated by the agency (Note 22.). The Contracting Officer reserves the right to make no award under this pro cedure. These items are in support of the WARFIGHTER; therefore, quotes are to be received on September 14h 2007 by 3:00 PM EDT. The US Army CECOM has established the IBOP website as part of the Armys Single Face to Industry, to allow electronic posting of Solicitation for Request for Proposals (RFPs), Request for Quotations (RFQs), and Invitations for Bids (IFBs) from CECOM to industry. All parties interested in doing business with CECOM are invited to access, operate, send and receive information from the IBOP at https://abop.monmouth.army.mil/. A copy of this synopsis/solicitation has been posted on the IBOP website under Solicitation Number W15P7T-07-R-M216. All proposals and supporting documentation shall be submitted through the IBOP website before the due date and time listed above. The Point of Contact for this action is, Brian Solano, Contract Specialist, 732-532-2924, brian.solano@conus.army.mil or Celeste M. Osenenko Contracting Officer 732-427-1426 celeste.m.osenenko@conus.army.mil.
 
Place of Performance
Address: US Army C-E LCMC Acquisition Center - DAAB07 ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
Zip Code: 07703-5008
Country: US
 
Record
SN01399132-W 20070909/070907222123 (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.