Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2008 FBO #2442
SOLICITATION NOTICE

58 -- LMR OTAR Keying System

Notice Date
8/1/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 366 CONS, 366 Gunfighter Ave Ste 498, Mountain Home AFB, Idaho, 83648-5258
 
ZIP Code
83648-5258
 
Solicitation Number
F3F3Q28162AC01
 
Response Due
8/11/2008 4:00:00 PM
 
Archive Date
8/26/2008
 
Point of Contact
Jamie M Sachette, Phone: 208-828-2116
 
E-Mail Address
jamie.sachette@mountainhome.af.mil
 
Small Business Set-Aside
N/A
 
Description
(i) This is a combined synopsis/solicitation for commercial items in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and written solicitation will not be issued. (ii) Request for Quote (RFQ) F3F3Q28162AC01 is a combined synopsis/solicitation for commercial items. This combined synopsis/solicitation is issued as a RFQ. Submit written offers only, oral offers will not be accepted. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). (iii) This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26 and through Department of Defense Acquisition Regulation Change Notice 20080721. It is the contractor's responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at: http://farsite.hill.af.mil/vffar1.htm. (iv) This procurement is being issued as UNRESTRICTED. North American Industrial Classification Standard: 334220; Small Business Size Standard: 750 employees. (v) CLIN (0001) 1 - EF Johnson KMF II Overlay System and Services Hardware and Software. The KMFII is a secure, fast, Project 25-compliant client-server solution that simplifies secure key management. Key management is the process by which encryption keys are generated, stored, changed, protected, and distributed. KMF II employs centralized key management to eliminate the need to manually rekey traffic keys in radios and consoles. Radios and consoles can be securely rekeyed over the air, instead ofvhaving to bring all units to a radio maintenance a radio is lost or falls into the wrong hands, all encryption keys residing on the radio can be erased (zeroized) directly from the KMF II. KMF II provides the means to control the encryption keys for every P25 radio on a radio system network or equal. (vi) ***This requirement is currently UNFUNDED.*** The government does not presently intend to award a contract, but does want to obtain information in the event that funding is obtained. The government may or may not award a contract for some or all of the items in this request. The purpose of this sources sought notice is to identify the availability of qualified sources. The anticipated contract type will be firm fixed price. If your company is able to provide item(s) requested and are interested in this acquisition please submit the following: 1. Point of contact, including a phone number, physical and e-mail address 2. Size status and or SBA certification program of your company. 3. Cage Code for your company. 4. An estimated cost for item(s) requested that includes FOB shipping terms, and an estimated delivery date. ***FYI...366th Contracting Office will most likely be awarding contracts up until midnight on 30 September 08, for Fiscal Year End. Please inform us if your company, or a company representative, will be available to obtain firm quotes on that day.*** (vii) FOB-Destination for delivery to: Building 610, Mountain Home AFB, Idaho 83648. Delivery NLT 15 November 2008. Responsibility and Inspection: Unless otherwise specified in the contract or purchase order, the supplier is responsible for the performance of all inspection requirements and Quality Control (QC). (viii) The Government will award a firm-fixed price contract resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforming to the synopsis/solicitation will be most advantageous to the Government, price and other factors considered. Award shall be based on All or None and Best Value to the Government. Best value can include but is not limited to price, delivery date, and technical capability. (ix) The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR 52.212-4 addendum is also included. (x) The following provisions and clauses apply to this acquisition: FAR 52.203-3 Gratuities; FAR 52.203-6 Restriction on Subcontractor Sales to the Government, w/Alternate I; FAR 52.204-7 Central Contractor Registration; FAR 52.211-6 Brand Name or Equal; FAR 52.219-8 Utilization of Small Business; FAR 52.219-14 Limitations on Subcontracting; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer-Central; Contractor Registration; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.247-34; F.O.B.-Destination; FAR 52.252-2 Clauses Incorporated by Reference; FAR 52.252-6 Authorized Deviations in Clauses; DFARS 252.204-7004 Alternate A; DFARS 252.225-7001 Buy American Act and Balance of Payment Program; DFARS 252.225-7002 Quailifying Country Sources as Subcontractors; DFARS 252.225-7012 Preference for Certain Domestic Commodities; DFARS 252.232-7003 Electronic Submission of Payment Requests; DFARS 252.243-7002 Request for Equitable Adjustment; DFARS 252.247-7023 Transportation of Supplies by Sea, and AFFARS 5352.201-9101 Ombudsmen (see below POC) **Raymond Carpenter, HQ ACC/A7K 129 Andrews Street Suite 122, Langley AFB VA 23665-2791, phone:(757) 764-5371 fax:(757) 764-4400 email: raymond.carpenter@langley.af.mil ** Offerors must include a completed copy of the provision at: DFARS 252.212-7000, Offeror Representations and Certifications--Commercial Items (xi) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item (DEVIATION). (xii) The clause at DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items (DEVIATION). (xiii) The provision at FAR 52.212-1 Instructions to Offerors-Commercial Items, applies to this acquisition. (xiv) The clause at FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, applies to this acquisition. Complete only paragraph (j) of this provision if the annual representations and certificates have been completed electronically at http://orca.bpn.gov. If the annual representations and certifications has not been completed electronically at the ORCA website, then only paragraphs (b) through (i) of this provision need to be completed. (xv) Quotes must be emailed to Jamie Sachette at jamie.sachette@mountainhome.af.mil, or faxed to (208) 828-2658. Quotes are required to be received no later than 4:00 P.M., 11 August 2008.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=553f8d3aa1b250afdc845ac7934060ab&tab=core&_cview=1)
 
Place of Performance
Address: Building 610, Mountain Home AFB, Idaho, 83648, United States
Zip Code: 83648
 
Record
SN01629757-W 20080803/080801224122-553f8d3aa1b250afdc845ac7934060ab (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.