MODIFICATION
70 -- Ericsson Modules and Support
- Notice Date
- 11/13/2006
- Notice Type
- Modification
- NAICS
- 423430
— Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
- Contracting Office
- Other Defense Agencies, National Geospatial-Intelligence Agency, Information Services Support Branch (ACSI), 3838 Vogel Road, Arnold, MO, 63010-6238, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- NEN8G16290AS01
- Response Due
- 11/14/2006
- Archive Date
- 11/29/2006
- Point of Contact
- Kathleen Sanchez, Contract Specialist, Phone 314-263-4211 x133, Fax 314-263-8024, - Kathleen Sanchez, Contract Specialist, Phone 314-263-4211 x133, Fax 314-263-8024,
- E-Mail Address
-
Kathleen.D.Sanchez@NGA.Mil, Kathleen.D.Sanchez@NGA.Mil
- Small Business Set-Aside
- Total Small Business
- Description
- This amendment to the synopsis/solicitation for Ericsson Modules and Support for the National Geospatial-Intelligence Agency - Bethesda is to add clauses and other pertinent information about the requirement. 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; quotes are being requested and a written solicitation will not be issued. NGA intends to solicit and award a firm-fixed price contract under Federal Acquisition Regulation (FAR) Part 12 and 13. The North American Industry Classification System (NAICS) code for this acquisition is 423430 with a small business size standard of 500 employees. The requirement is for Ericsson Brand Name Hardware and services as follows: CLIN0001: Ericson P/N: 219-0124-000 (24-Port L3 SII 100Base-FX Module, MTRJ) - Qty = 1, ' CLIN0002: Ericsson P/N: SUPP-S-3 (One year support, strategic response, 3 day return to factory for 219-0124-000) - Qty = 1, CLIN0003: Ericsson P/N: SM-4000 (ASX-4000 Switch Module) - Qty = 1, and CLIN0004: Ericsson P/N: SUPP-S-3 (One year support, strategic response, 3 day return to factory for 219-0124-000) - Qty = 1. Delivery is FOB Destination to Nat?l Geospatial-Intelligence Col, Bethesda MD by 1 December 06 or sooner. Total cost shall include all shipping and handling. The Government reserves the right to cancel this solicitation, with no obligation to the offeror by the Government. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-07. The provision at FAR 52-212-1, Instructions to Offerors-Commercial Items applies to this acquisition. Only one award will be made to the lowest price technically acceptable offeror who meets the requirement. Offerors are required to submit a completed copy of FAR 52.212-3, Offeror Representations and Certification--Commercial Items, with their offer. The clause at 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items, applies to this acquisition, with the following clauses: 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I; 52.219-23, Convict Labor; 52.222-19, Child Labor--Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition with the following clauses: FAR 52.203-3, Gratuities; DFARS 252.225-7001 Buy American Act and Balance of Program; 252.225-7036, Buy American Act--Free Trade Agreements--Balance of Payments Program; 252.227-7015, Technical Data--Commercial Items; 252.227-7037, Validation of Restrictive Markings on Technical Data; 252.232-7003, Electronic Submission of Payment Requests; 252.243-7002, Requests for Equitable Adjustment; and 252.247-7023, Transportation of Supplies by Sea. Contract terms and conditions required to implement statutes or Executive Orders applicable to Defense acquisitions of Commercial Items. To view the clauses in full text, visit www.arnet.gov. Vendors must be approved and registered in Central Contractor Registration (www.ccr.gov) before award can be made. All offers are due to this agency no later than 12:00 p.m., Central Daylight Time (CDT), 15 Nov 2006. Send all offers via e-mail to Kathleen.D.Sanchez@nga.mil or facsimile.
- Place of Performance
- Address: 3838 Vogel Road, MS: L-13, Arnold, MO
- Zip Code: 63010-6238
- Country: UNITED STATES
- Zip Code: 63010-6238
- Record
- SN01180315-W 20061115/061113220801 (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 |