Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 05, 2010 FBO #3023
SOLICITATION NOTICE

70 -- Memotec Frame Relay Access Devices (FRADs)

Notice Date
3/3/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423690 — Other Electronic Parts and Equipment Merchant Wholesalers
 
Contracting Office
N00104 NAVICP MECHANICSBURG PA NAVICP 5450 Carlisle Pike PO Box 2020 Mechanicsburg, PA
 
ZIP Code
00000
 
Solicitation Number
N0010410QQ389
 
Response Due
3/10/2010
 
Archive Date
4/9/2010
 
Point of Contact
Jennifer N. Jones 717-605-2057
 
E-Mail Address
jennifer.n.jones@navy.mil
(jennifer.n.jones@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
SYNOPSIS AND SOLICITATION: This acquisition is being issued in accordance with FAR Subpart 13.5. This is a combined synopsis/solicitation for commercial items prepared 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 a written solicitation will not be issued. Solicitation N00104-10-Q-Q389 is issued as a Request for Quote (RFQ). The solicitation incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2001-08. This procurement is being issued as an unrestricted acqusition. The North American Industry Classification System (NAICS) Code is 423690. The government intends to award a competitive contract for Memotec Frame Relay Access Devices (FRADs). Please see attachment for a detailed description of the requirement. See below for Brand Name Justification (J&A). Numbered Note 22 applies. The following FAR Subpart 12 provisions and clauses are incorporated by reference: Time of Delivery. (6/97); FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-2, Evaluation-Commercial Items (a) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, Alternate I (Offerors must submit a completed copy of the Representations and Certifications with their offer); FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, (a), (b)(1), (5), (7), (11-16), (21), (24), (d) and (e). EVALUATION OF QUOTATIONS/OFFERS. Quotes/offers will be evaluated IAW FAR 13.106-2. Quotes must be received by no later than 10:00 am EST, March 10, 2010. Electronic quotes will be accepted at Jennifer.N.Jones@navy.mil. The Point of Contact for this acquisition is Jennifer N. Jones, Contract Specialist, Email: Jennifer.N.Jones@navy.mil, Naval Inventory Point-Mechanicsburg, 5450 Carlisle Pike, P O Box 2020,Mechanicsburg, PA. DEPARTMENT OF THE NAVY NAVAL INVENTORY CONTROL POINT 700 ROBBINS AVENUE 5450 CARLISLE PIKE - PO BOX 2020 PHILADELPHIA PA 19111-5098 MECHANICSBURG PA 17055-0788 JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION 1.IDENTIFICATION OF AGENCY AND CONTRACTING ACTIVITY: a.Agency Name:Military Sealift Command (MSC)914 Charles Morris Court SEBuilding 210Washington Navy YardWashington, DC 20398-5540 b.Contracting Activity:Department of the NavyNaval Inventory Control PointADP Modernization Contract Dept.Mechanicsburg, PA 17055-0788 2.NATURE/DESCRIPTION OF ACTION: Military Sealift Command requires new Memotec Frame Relay Access Devices (FRADs) to replace some of the Verso FRADs currently in use. Verso is now doing business as Memotec. There are a number of FRADs that have reached End-of-Life and are no longer supported or workable in the most current infrastructure. The FRADs are needed to support MSC's role in providing logistics support to the Navy fleet by providing vital communications capabilities for MSC's vessels. 3.DESCRIPTION OF SUPPLIES/SERVICES: MSC requires 65 Memotec FRAD's to be delivered to MSC to be placed aboard MSC ships. 4.IDENTIFICATION OF STATUTORY AUTHORITY: This J&A is based upon the authority of 10 U.S.C. 2304 (c)(1), as implemented by Federal Acquisition Regulation 6.302-1. There are a limited number of responsible sources, and no other type of supplies or services will satisfy agency requirements. 5.DEMONSTRATION OF CONTRACTOR'S UNIQUE QUALIFICATIONS: Memotec FRADs were selected because they are the direct replacement for our currently installed or fielded FRADs and utilize the same proprietary protocol named PowerCell (PVCR) as was used in the previous model. Their reliability and compatibility with existing MSC systems has been demonstrated and are needed to maintain MSC configuration control and management. They have been proven to meet the harsh requirements and tight confines of shipboard use and are necessary to support shipboard applications critical to the MSC mission. Any other manufacturer's product we try to add to this network will not be able to communicate with the Memotec equipment. Military Sealift Command (MSC) must test every IT configuration and every piece of hardware, software, etc. being installed on board a class of ships. The platform is specific to previous images and deviating from the hardware configuration would cause significant rework and testing. The existing platform is already an accredited system so going to a non-accredited system would also create significant rework for all channels of Navy Network Security. Standardization plays a key role in the efficiency of our network operation. MSC has extensively tested the Memotec FRAD's to make sure of their compatibility with existing systems on board ship and in the office environment. The hardware represented here has been tested and deployed as a standard configuration from ship to ship. A different manufacturers' FRAD product/solution aboard ships would tremendously hamper operability, utility and familiarity with equipment needed to support critical missions, thus resulting in an increase of Total Cost of Ownership. The Memotec FRADs are considered to be the best viable solution for this requirement. Considering alternate brands is not a technological or economical option for this IT solution because of the proprietary protocol associated with this equipment. 6.GOVERNMENTWIDE POINT OF ENTRY NOTICE/POTENTIAL SOURCES: The proposed contract was posted at the Government-wide Point of Entry.7.DETERMINATION OF FAIR AND REASONABLE COST: The Contracting Officer anticipates the price to the Government will be fair and reasonable. A complete analysis of the contractor's prices will be performed in accordance with applicable FAR provisions. Commercial price lists, procurement history and other available pricing information will be reviewed. A determination of fair and reasonable pricing as required by statue and regulation will be made by the Contracting Officer. 8.DESCRIPTION OF MARKET SURVEY: The IT marketplace was surveyed to determine which companies provide FRADs at a scale appropriate aboard US Navy Ships. MSC has determined based on the information provided herein and past history, experience and quality, that Memotec product has proven to be the best solution for the ships infrastructure. 9.ANY OTHER SUPPORTING FACTS: None 10.LISTING OF INTERESTED SOURCES: None 11.ACTIONS TO REMOVE BARRIERS TO COMPETITION: Future orders will be evaluated to determine whether an alternate brand can be used. As information technology continues to evolve, other brands may become available for future acquisitions. Therefore, evaluations and technical improvements may make other products suitable for future procurements. 12.STATEMENT OF DELIVERY REQUIREMENTS: a.Performance Period: b.Ship To/Place of Performance: SRA International, 213 Tintern Court, Chesapeake, VA 23320 c.Estimated Value: 13.REFERENCE TO APPROVED ACQUISITION PLAN: An Acquisition Plan is not required. This acquisition is below the thresholds prescribed in DFARS 207.103 for preparation of an acquisition plan. 14.DOCUMENTATION FOR SPARE/REPAIR PARTS ACQUISITION: Not Applicable
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N000104/N0010410QQ389/listing.html)
 
Record
SN02082461-W 20100305/100303235435-4e375a6f7962cd93145fc155baa685ba (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.