Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 21, 2007 FBO #1882
SOLICITATION NOTICE

70 -- T1 ENCRYPTION DEVICE

Notice Date
1/19/2007
 
Notice Type
Solicitation Notice
 
NAICS
334210 — Telephone Apparatus Manufacturing
 
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-0003
 
Response Due
1/24/2007
 
Archive Date
2/8/2007
 
Small Business Set-Aside
Total Small Business
 
Description
The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-15. This acquisitionis 100% small business set aside. The North American Industry Classification System (NAICS) is 334210, 1000 employees. Contract Line Items: ITEM 0001, THALES DATACRYPTOR, T1 UNIT, PART NO. DC2K-LT711 QTY (10) ITEM 0002, THALES DUAL RACK MOUNT KIT, PART NO. SK051499TL-1, QTY (5) Brand Name Justification: This encyrption unit is the only one that has passed Joint Interoperabity Test Command (JITC) Certification. These encryption units are currently part of the existing configuration for telecommunication services. Purchase of another type unit would result in the reengineering of systems as well as recertification of systems through the JITC process. Application of a new product for certification could take up to a year for testing and evaluation, this will not meet mission requirements. The rack mount shelf stores two units on one shelf and are 1U high, and conforms to existing space/storage limitations. Delivery in 4-6 weeks upon receipt of order. Ship FOB Destination Hawaii, Zip Code 96786. The following provisions and clauses apply to this solicitation: 52.212-1 - Instructions to Offerors-Commercial Items, FAR 52.212-1 is supplemented per following: Contractor shall submit their quote on company letterhead, delivery time, name, address, and telephone number of the offeror, terms of any express warranty, unit price, and over all total price; 52.212-4, Contract Terms and Conditions--Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items applies to this acquisition, FAR clauses cited in this clause applicable to this acquisition are: (b)14-19 and 31; 52.247-34 - F.O.B. Destination; 52.252-2 Clauses Incorporated by Reference; 52.204-9001 Contract/Order Close Out, The clause at DFARS 252.204-7004 Required Central Contractor Registration; DFARS 252.212-7001, Contract terms and conditions required to implement status of Executive Order Applicable to Defense Acquisition of Commercial Items. In order to be considered for an award, an offeror must have completed the online electronic Representations and Certifications located at http://orca.bpn.gov/ in accordance with FAR 4.1201(a). Offerors may obtain copies of the reference provisions and clauses at: http://arnet.gov/far. 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. The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. Offers for this acquisition is due on 01/24/07, 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: PEARL HARBOR, HI
Zip Code: 96860
Country: UNITED STATES
 
Record
SN01215066-W 20070121/070119220117 (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.