Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 27, 2011 FBO #3624
SOLICITATION NOTICE

58 -- GRYPHON K-I55 SPACE FLIGHT EQUIPMENT

Notice Date
10/25/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Cyber/Netcentric Directorate, 230 Hall Blvd, Ste 114, San Antonio TX 78243-7007
 
ZIP Code
78243-7007
 
Solicitation Number
FA8307-12-Q-1000
 
Response Due
1/25/2012
 
Archive Date
11/22/2011
 
Point of Contact
Ralph Urias, Contracting Officer, 210-977-4913Hortencia Salazar, CTR, Contract Support, 210-977-4913
 
E-Mail Address
Click Here to E-mail the POC
(ralph.urias@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Acquisition Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. Request for Quotation number is FA8307-12-Q-1000. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Electronic Systems Center, Cryptologic Systems Contracting Division (ESC/HNCK), Lackland AFB, San Antonio TX, intends to award a firm-fixed-price commercial contract on a sole-source basis. The requirement is to procure CLIN 0001: Forty Two (42) each Gryphon KI-55 Aeronautical Vehicle Equipment (AVE). CLIN 001AA: Two each Engineering Models, with Qualification test and Test reports to ESC/HNCSS after completion. CLIN 001AB: Twenty (20) each Secret Gryphon KI-55 AVE units, CLIN 001AC: Ten (10) eachUnclassified Gryphon KI-55 AVE units, CLIN 001AD: Ten (10) each Top Secret Gryphon KI-55 AVE units. CLINs: 001AB - 001AD will be delivered with all required documentation to include Acceptance Test Reports, Certificate of Conformance Reports, etc. The production units shall be delivered at a rate of 4 units bimonthly beginning 23 months after award of the contract. CLIN 0002: Produce one (1) each Production Test Set, including a 1-year hardware/software warranty; delivery is 4 months ARO. The products is commercially developed by SafeNet Government Solutions, LLC under the National Security Agency's (NSA's) Commercial COMSEC Endorsement Program and are provided via permission of NSA to the commercial industry as well as government entities and are available for purchase from SafeNet Government Solutions, LLC, 357 Van Ness Way, Suite 200, Torrance, CA 90501-1483. NAICS Code for this procurement is 334290. FOB Origin; Contract Terms and Conditions, Commercial Items FAR 52.212-4; Inspection/Acceptance - Origin; Packing/Packaging - Commercial; the following clauses are included in this Request for Quote by reference: FAR 52.212-1, 52.212-3, FAR 52.245-1-Government Property, DFARS 252.211-7003-Item Identification and Valuation incorporates clauses in full text. Please quote shipping costs separately or state shipping is included in the unit prices on your quote. The Government will no longer accept nor process hard copies of invoices/receiving reports. These documents must be generated electronically via the Wide Area Work Flow- Receipts and Acceptance. An ESC Ombudsman has been appointed to consider and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. Before consulting the Ombudsman concerned parties should first address their concerns, issues, disagreements, and/or recommendation to the Contracting Officer for resolution. In addition, AFFARS 5352.201-9101, Ombudsman, will be included in this acquisition's solicitation and contract. The ESC Ombudsman can be contacted at: ESC Ombudsman, Bldg 1606, 9 Eglin Street, Hanscom AFB, MA 01731, Telephone #: 781-377-5106, Facsimile #: 781-377-4659, E-Mail: ESC.Ombudsman@hanscom.af.mil. All packages and shipping papers shall be marked with the order number to permit effective processing and timely payment. To be eligible for award, you must be properly registered in the Central Contractor Registration (CCR). Offerors may obtain information on CCR and annual confirmation requirements by calling 1-888-227-2423 or via the internet at www.ccr.gov. If a change occurs in this requirement, only those offerors that respond to this announcement within the required time frame will be provided with any changes/amendments and considered for future discussions and/or award. All responsible sources may submit an offer via email to ralph.urias@us.af.mil. Those interested firms must indicate whether they are a large, small, and small-disadvantaged, 8(a), or women owned business and whether they are U.S. or foreign owned. All required information must be received on or before 1 Nov 11.  Attachment 1 Government Furnished Equipment Listing NameQTYUnit Acquistion CostUnique-Item Furnished StatusGryphon Production Test Station1$463,000 TBDAs-isNSA Production Keying Material1TBDTBDAs-is
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ESC/FA8307-12-Q-1000/listing.html)
 
Place of Performance
Address: N/A
Zip Code: N/A
 
Record
SN02612327-W 20111027/111025234007-6360dcd93e532b9871cf43196ee41aaa (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.