SOLICITATION NOTICE
70 -- THALES UPGRADE
- Notice Date
- 11/8/2006
- Notice Type
- Solicitation Notice
- NAICS
- 423430
— Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
- Contracting Office
- Defense Information Systems Agency, Procurement and Logistics, DITCO-Pacific, 477 Essex Street, Pearl Harbor, HI, 96860-5815, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- HC1019-07-R-0001
- Response Due
- 11/13/2006
- Archive Date
- 11/24/2006
- Small Business Set-Aside
- Total Small Business
- Description
- 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. This solicitation is issued as request for proposal No. HC1019-07-R-0001. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-13. This acquisitionis 100% small business set aside. The North American Industry Classification System (NAICS) is 423430, 500 employees. The Government intends to solicit and negotiate with only one source, Thales E-Security,Inc 2200 North Commerce Parkway, Weston , FL 33326-3258. Contract Line Items: ITEM 0001, THALES ENCRYPTION CHIP, PART NO. DCAP-LK-FRM QTY (26) The Government requires replacement of exisiting computer chip to increase the performance of existing units. Delivery in 4-6 weeks upon receipt of order. Ship FOB Destination Hawaii Zip Code 96786 The provision at FAR 52.212-1, Instructions to Offerors Commercial, applies to this acquisition. The provision at FAR 52.212-2, Evaluation Commercial Items applies to this acquisition. The government will award a contract resulting from this solicitation to the low, responsible, responsive offeror. The offeror shall submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications?Commerical Items, with its offer. The provision at FAR 52.212-4 Contract terms and Conditions Commercial Items applies to this acquisition. The clause at FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Commercial Items, applies to this acquisition. The following FAR clauses are applicable to this acquisition: FAR 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.222-35 Affirmative Action for Workers with disabilities, FAR 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, FAR 52.219-14 Limitations on Subcontracting, FAR 52.219-25 Small Disadvantaged Business Participation Program Incentive Subcontracting, FAR 52.203-6 with Alternate 1, FAR 52.219-8 Utilization of Small Business Concern, FAR 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration. FAR 52.252-2 Clauses Incorporated by Reference (address: http://www.arnet.gov). DFARS 252.204-7004, required Central Contractor Registration, DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisition of Commercial Items. The following local clause applies to this acquisition: SF-FORTHY-THREE YEAR 200 COMPLIANCE (March 1998) (a) All information technology provided under, or in support of, this contract by the contractor and all subcontractors shall be Year 2000 compliant. Year 2000 compliant means, with respect to information technology, that the information technology accurately processes date/time data (including, but not limited to, calculating, comparing, and sequencing) from, into, and between the twentieth and twenty-first centuries, and the years 1999 and 2000 and leap year calculations, to the extent that other information technology, used in combination with the information technology being acquired, properly exchanges date/time data with it. (b) To ensure Year 2000 compliance, the contractor shall, at a minimum, test a representative sampling of the information technology, or the same type of information technology, that will be provided under the contract. Testing will be accomplished and documented in accordance with generally accepted commercial practices/standards to provide the reasonable assurance of Year 2000 compliance. If requested, the contractor shall provide the Government with a copy of such Year 2000 test documentation, at no additional cost to the Government. (c) DARS Clause, 52.239.9001, Data Information Assurance Protection, applies. The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. Offers for this acquisition is due on 11/13/06, 10:00 A.M. Hawaii Standard Time. Fax offers to: DITCO-PAC, Attn: Cindy Nakayama, (808)472-2522 OR Mail offers to: DITCO-PAC, 477 Essex St., Bldg 77, Pearl Harbor, HI 96860-5815. The point of contact for this acquisition is Ms. Cindy Nakayama, (808)472-3704.
- Place of Performance
- Address: BLDG. 28 SAIPAN DR., WAHAIWA, HI
- Zip Code: 96786
- Country: UNITED STATES
- Zip Code: 96786
- Record
- SN01177891-W 20061110/061108220045 (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 |