Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 10, 2008 FBO #2449
SOLICITATION NOTICE

D -- Support deployed Hunter and Sky Warrior Unmanned Aircraft Systems (UAS) - Sole Source.

Notice Date
8/8/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
517410 — Satellite Telecommunications
 
Contracting Office
Defense Information Systems Agency, Procurement Directorate, DITCO-Scott, 2300 East Dr., Building 3600, Scott AFB, Illinois, 62225-5406, United States
 
ZIP Code
62225-5406
 
Solicitation Number
HC1013-08-T-0003
 
Archive Date
8/15/2008
 
Point of Contact
Lori L Walker,, Phone: 618-229-9356, Cynthia A Yelverton,, Phone: 618-229-9337
 
E-Mail Address
lori.walker@disa.mil, cynthia.yelverton@disa.mil
 
Small Business Set-Aside
N/A
 
Description
Support deployed Hunter and Sky Warrior Unmanned Aircraft Systems (UAS). This solicitation, HC1013-08-T-0003, will provide for continued service of the KU-Band Communication Package with Terminal Identifiers Nlam-TAK-120-1-29 and Nlam-TAK-120-0-135. 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 combined solicitation/synopsis is issued as a sole source Request for Quote (RFQ) to Tachyon Networks Incorporated, 9339 Carroll Park Drive #150, San Diego, CA 92121. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26 and Defense Far Supplement (DFARS) Change Notice 20080513. A firm-fixed price contract is contemplated. The anticipated award date is 5 days after response/closing date. This requirement's evaluation criteria is Lowest Price Technically Acceptable (LPTA). A technically acceptable proposal must meet all the specifications of this requirement. Contact Contract Specialist cited below for additional information. CLIN 0001 Provide monthly throughput broadband satellite service (throughput is transmitted and/or received data) for Site One (per CSS). Bandwidth is 2048 kbps upload, 512 kbps download with a guarantee of 60 GB monthly throughput. Vendor will identify Monthly Recurring Charges (MRC) and Non-Recurring Charges (NRC) for the time periods identified for the base year and all options. Example: MRC x 12 Months plus NRC (if applicable) = Total Price for Base Year or Option Period. CLIN 0002 Provide 6 VoIP lines with U.S 703 area codes and toll grade voice quality with unlimited access to US numbers. Vendor will identify Monthly Recurring Charges (MRC) and Non-Recurring Charges (NRC) for the time periods identified for the base year and all options. Example: MRC x 12 Months plus NRC (if applicable) = Total Price for Base Year or Option Period. CLIN 0003 Provide monthly throughput broadband satellite service (throughput is transmitted and/or received data) for Site Two (per CSS). Bandwidth is 1024 kbps upload, 256 kbps download with a guarantee of 9 GB monthly throughput. Vendor will identify Monthly Recurring Charges (MRC) and Non-Recurring Charges (NRC) for the time periods identified for the base year and all options. Example: MRC x 12 Months plus NRC (if applicable) = Total Price for Base Year or Option Period. CLIN 0004 Provide 4 VoIP lines with U.S 703 area codes and toll grade voice quality with unlimited access to US numbers. Vendor will identify Monthly Recurring Charges (MRC) and Non-Recurring Charges (NRC) for the time periods identified for the base year and all options. Example: MRC x 12 Months plus NRC (if applicable) = Total Price for Base Year or Option Period. CLIN 0005 Provide technical support 24 hours per day, seven days per week. Vendor will identify Monthly Recurring Charges (MRC) and Non-Recurring Charges (NRC) for the time periods identified for the base year and all options. Example: MRC x 12 Months plus NRC (if applicable) = Total Price for Base Year or Option Period. Each CLIN must be priced separately (e.g., separate prices for each space segment, for each terrestrial service, for each teleport service, for each leased terminal, for each country Host Nation Approval (HNA), for Monitoring & Control (M&C), etc.) and Non-Recurring Charges (NRCs) and Monthly Recurring Charges (MRCs) must be identified. Other than Cost and Pricing Data may be required to adequately determine the price to be fair and reasonable. Period of Performance is for 12 months, plus three 1-year options and one 3-month option. The Period of Performance is: 15 Aug 08 - 14 Aug 09 (Base) 15 Aug 09 - 14 Aug 10 (Option Period 1) 15 Aug 10 - 14 Aug 11 (Option Period 2) 15 Aug 11 - 14 Aug 12 (Option Period 3) 15 Aug 12 - 14 Nov 12 (Option Period 4) The provision at 52.212-2, Evaluation -- Commercial Items, applies to this acquisition and the following clauses are tailored as follows: 52.212-2(a) - Evaluation criteria will be Lowest Priced, Technically Acceptable. Options will be evaluated prior to award. Base and option period will be weighted equally at 100%. Offeror shall provide documentation as directed under provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. If registered in On-line Representations and Certifications (ORCA), the contractor may so state as long as their record is current. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and the following clauses are tailored as follows: 52.212-4(c) - Changes in the terms and conditions of this contract may be made by written agreement of the parties or unilateral agreement in accordance with Clause 52.243-1(Alt. II). 52.212-4(g)(1) - The Contractor shall submit the initial invoice (paper or electronic invoice) to the following address: DITCO, Attn: PL8222, 2300 East Drive, Bldg 3600, Scott AFB, IL 62225. All subsequent invoices may be submitted via electronic means. Invoice submittal address will be provided at time of award. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to the acquisition: CLAUSES INCORPORATED BY REFERENCE: 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Sep 2006) 52.212-5 Contract Terms and Conidtions Required to Implement Statutes or Executive Orders--Commercial Items (Jun 2008) (DEVIATION) 52.209-9000 Organizational and Consultant Conflicts of Interest (OCCI) (Dec 2005) 52.217-8 Option to Extend Services (Nov 1999) Fill In: 10 days 52.217-9 Option to Extend the Term of the Contract (Mar 2000) Fill In: (1st) 30 days; (2nd) 60 days 52.222-3 Convict Labor (June 2003) 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) 52.225-13 Restriction on Certain Foreign Purchases (Jun 2008) 52.252-6 Authorized Deviations in Clauses (Apr 1984) Fill In: (1st) DFARS; (2nd) Chapter 2 252.204-7003 Control of Government Personnel Work Product. 252.204-7004 Alternate A, Central Contractor Registration. CLAUSES INCORPORATED BY FULL TEXT: 52.204-9001 Contract/Order Closeout-Fixed-Price, Time-and-Materials, or Labor-Hours (JAN 2007): Timely contract closeout is a priority under this contract/order. The Contractor shall submit a final invoice within ninety (90) calendar days after the expiration of this contract/order, unless the Contractor requests and is granted an extension by the Contracting Officer, in writing. In addition, and concurrent with the submission of the final invoice, the Contractor shall notify the Contracting Officer of the amount of excess funds that can be deobligated from this contract/order so the closeout process can begin as soon as possible upon expiration of this contract/order. A bilateral contract/order closeout modification will be forwarded to the Contractor by the Contracting Officer and must be signed by the Contractor and returned to the Contracting Officer within thirty (30) calendar days of issuance of the modification. A Contractor's failure to respond and/or sign the bilateral closeout modification within thirty (30) calendar days of receipt will constitute approval of the terms of the modification and the modification will subsequently be processed unilaterally by the Contracting Officer to deobligate excess funds and close this contract/order. If this contract/order contains option periods, the Contractor is required to submit an invoice within ninety (90) calendar days after expiration of the base period of performance and the expiration of each exercised option period of performance to allow for deobligation of excess funds that were obligated in those respective periods of performance. 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. 52.239-9000 Outage Credits (FEB 2006) (a) Credits for outage (interruption) of service will be provided to the Government by the contractor in accordance with its tariff provisions. In the event such tariff provisions do not exist, the following schedule shall be used to determine the credit (one day equals 1/30th of the Monthly Recurring Charge (MRC)) due the Government during each monthly billing period: INTERRUPTIONS OF 24 HOURS OR LESS Less than 30 Minutes None 30 Minutes but less than 3 Hours 1/8 Day 3 Hours but less than 6 Hours 1/4 Day 6 Hours but less than 9 Hours 1/3 Day 9 Hours but less than 12 Hours 1/2 Day 12 Hours but less than 24 Hours One Day INTERRUPTIONS OVER 24 HOURS Credit of 1/30th of the MRC (or the foreign dollar equivalent) for each day of outage until service is restored. (b) Outage credits do not apply for: 1) Interruptions caused by the negligence of the Government or others authorized by the Government to use the Government's service. 2) Interruptions due to the failure of power, equipment, systems or connections not provided by Contractor or subcontractors. 3) Interruptions during any period when the Government or User has released a private line service for maintenance or rearrangement purposes, or for the implementation of a Government order. 4) Interruptions that continue because of the Government's failure to authorize replacement of any element of special construction. The period for which credit is not allowed begins on the seventh day after the Government receives the contractor's written notification of the need for such replacement. It ends on the day after receipt of the Government's written authorization for such replacement. 5) Interruptions during periods when the Government elects not to release the private line service for testing and/or repair. 6) An interruption, or group of interruptions, resulting from a common cause, for amounts less than $1.00 (or the foreign dollar equivalent). (c) Outage credits will be due no later than the next Billing Cycle/Month following the outage. Each credit will identify the Communication Service Authorization (CSA) and Commercial Circuit Number (CCN) as well as the time, date and duration of the outage/outages. The following required Joint Contracting Command - Iraq/Afghanistan (JCC-I/A) contracting requirements are included by reference. Contracting Officer will supply complete text upon request. AI 25.3 Compliance with Laws and Regulations (5 Nov 07) AI 22.1 Prohibition Against Human Trafficking, Inhumane Living Conditions, and Withholding of Employee Passports (5 Nov 07) AI 23.1 Reporting a Kidnapping (5 Nov 07) AI 25.2 Fitness for Duty and Limits on Medical / Dental Care in Iraq/Afghanistan (5 Nov 07) AI 25.4 Quarterly Contractor Census Reporting (12 Nov 07)
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d09e640d544758b72953530d937880ab&tab=core&_cview=1)
 
Place of Performance
Address: OCONUS, United States
 
Record
SN01635794-W 20080810/080808224252-d09e640d544758b72953530d937880ab (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.