Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 03, 2009 FBO #2776
SPECIAL NOTICE

70 -- JDS Uniphase Corporation Test and Measurement Equipment

Notice Date
7/1/2009
 
Notice Type
Special Notice
 
NAICS
334119 — Other Computer Peripheral Equipment Manufacturing
 
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
CMTDC0900072
 
Archive Date
7/23/2009
 
Point of Contact
Tara D Schmitt, Phone: 618-229-9485
 
E-Mail Address
Tara.Schmitt@disa.mil
(Tara.Schmitt@disa.mil)
 
Small Business Set-Aside
N/A
 
Description
Referance #: CMTDC0900072 The Defense Information Technology Contracting Organization (DITCO), Contracting Division, Net-Centric Services Branch, Hardware/Software Section (DITCO/PL8322), 2300 East Drive, Scott AFB IL 62225-5406, intends to issue a sole source contract to JDS Uniphase Corporation, for the purchase of brand name test and measurement equipment for DISA CONUS. Contract award cannot be made to any contractor not enrolled in the Department of Defense (DOD) Central Contractor Registration (CCR) program. The CCR website is http://www.ccr.gov. This notice of intent expires at 8am CST on 8 July 09. Please contact Tara.Whitaker@disa.mil with questions. JUSTIFICATION AND APPROVAL TO PROCURE USING THAN FULL AND OPEN COMPETITION Upon the basis of the following justification, I, as the Contracting Officer, hereby approve the use of other than full and open competition of the proposed contractual action pursuant to the authority of 10 U.S.C. 2304(c)(1). Only one source and no other supplies or services will satisfy the agency requirements. JUSTIFICATION •1. Agency and Contracting Activity Requiring Activity: Contracting Activity: DISA CONUS DITCO/PL8322 604 Tyler Street 2300 East Drive Bldg. 3189 Scott AFB, IL 62225-5406 Scott AFB, IL 62225 •2. Nature/Description of Action(s). Purchase JDSU test and measurement equipment. This effort will be performed at the DISA CONUS facility at Scott AFB, IL. •3. Description of Supplies/Services. The objective of this procurement is to obtain JDSU test and measurement equipment for DISA CONUS. A firm-fixed price award will be made •4. Identification of Statutory Authority. Acquisition using other than full and open competition under the authority of 10 U.S.C.2304 ( c ) (1). Only one responsible source and no other supplies or services will satisfy agency requirements. FAR 6.302-1 - Only one source and no other supplies or services will satisfy the agency requirements. •5. Demonstration of Contractor's Unique Qualifications. The equipment provided by JDSU will provide 100% interoperability with existing test equipment located at the existing facility. •6. FedBizOpps Announcement/Potential Sources. This is proprietary equipment not available on GSA schedule, or any other government contract vehicle. It is the intent to procure through a sole source to JDSU. An announcement on FedBizOpps is required to acknowledge sole source procurement. DESCRIPTION QTY ETB6000AT - T-BERD 6000A Platform 2 E80PWUS - Standard Additional AC Adapter/Charger (USA) 2 C0400 - Single Port 10M-4G MSAM 2 CT10M1GE - 10M-1G Electrical & Optical Ethernet Test Option 2 CTMPLSVPLS - MPLS/VPLS Test Option 2 CTCOS - Multiple Streams/COS Test Option 2 CTLAYER4 - Layer 4 TCP/UDP Test Option 2 CTETHSOAM - Ethernet Service Layer OAM Test Option 2 CPSFP - SFP PIM (Physical Interface Module) for MSAM 2 CSFP-2G-8-1 - SFP GigE & 2G/1G Fibre Channel, 850nm, 300m, SX 2 CSFP-2G-3-1 - SFP GigE & 2G/1G Fibre Channel, 1310nm, 20km, LX 2 CSFP-1G-CU - SFP 10/100/1000M Copper RJ45 2 COM1001 - CN-100 Chassis 1 COM1006 - Ethernet 10/100/1000Mbps Dual Media Ethernet Mod 1 COM1012 - SFP Transceiver-SX 3 COM1013 - SFP Transceiver-LX 3 The following provisions apply to this requirement: FAR 52.212-1 Instructions to Offerors-Commercial, 52.212-3 Offeror Representations and Certifications-Commercial Items, FAR Clause 52.212-4 Contract Terms and Conditions-Commercial Items, 52.212-5 Contract Terms and Conditions Required to Implement Statues Or Executive Orders-Commercial Items, 52.203-6 Restrictions on Subcontractor Sales to the Government, Alt I, 52.219-8 Utilization of Small Business Concerns, 52.222-3 Convict Labor, 52.222-19 Child Labor, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Vets, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled, 52.225-13 Restriction on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer, 52.239-1 Privacy or Security Safeguards, 52.222-22 Previous Contracts & Compliance Reports, 52.243-1 Changes-Fixed Price, 52.252-1 Solicitation Provisions Incorporated by Reference, 52.252-2 Clauses Incorporated by Reference, 52.252-5 Authorized Deviations in Provisions, 52.252-6 Authorized Deviations in Clauses, DFARS 252.204-7000 Disclosure of Information, 252.204-7003 Control of Government Personnel Work Product, 252.211-7003 Item Identification and Valuation, 252-212-7001 Contract Terms and Conditions, 252.243-7001 Pricing of Contract Modifications, 52.204-9000 Points of Contact, 252.232-7003 Electronic Submission of Payment Requests, 52.232-9000 Wide Area Workflow, 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Foreign Transactions, 52.203-12 Limitations on Payments to Influence Certain Federal Transactions, 52.204-4 Printed or Copied Double-Sided on Recycled Paper, 52.215-20 Requirements for cost or Pricing Data or Information Other Than cost or Pricing Data, 52.227-2 Notice and Assistance Regarding Patent and Copyright Infringement, 52.232-17 Interest, 52.242-13 Bankruptcy, 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country, 252.209-7004 Subcontracting With Firms That Are Owned or Controlled by the Government of a Terrorist Country, 252.212-7000 Offeror Representations and Certifications-Commercial Items, and 52.217-8 Option to Extend Services.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DITCO/CMTDC0900072/listing.html)
 
Place of Performance
Address: DISA CONUS/RN5, 604 Tyler St, Scott AFB, Illinois, 62225, United States
Zip Code: 62225
 
Record
SN01863982-W 20090703/090702003848-cb26df26a9dda346af0c9abc79e60974 (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.