Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 15, 2007 FBO #2088
SOLICITATION NOTICE

58 -- Performance Enhancement Proxy/IP Accelerator

Notice Date
8/13/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
NSWC Panama City, Code XPS2, 110 Vernon Ave., Panama City, FL
 
ZIP Code
00000
 
Solicitation Number
N6133107P1779
 
Response Due
8/23/2007
 
Archive Date
9/22/2007
 
Description
This is a combined synopsis/solicitation for a commercial item 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. This is a Request for Quotation (RFQ); the solicitation number is N61331-07- T-1779. The Naval Surface Warfare Center Panama City (NSWC PC) intends to award on a Sole Source basis a firm-fixed price contract to Comtech EF Data, 2114 W. 7th Street, Tempe, AZ 85281-7227. This procurement will be issued using the Authority of the Test Program for Commercial Items, Section 4202 of the Clinger-Cohen Act of 1996. The DJC2 IPC suite is modeled after the DISA suite ?C? architecture to fulfill compatibility requirements with DISA and connectivity to the STEP/Teleports. The DJC2 IPC production baseline currently utilizes the Comtech TurboIP Performance Enhan cement Proxy (PEP) and it will continue to be used on DJC2 systems 5 and 6. Comtech is the sole manufacturer of the PEProxy currently used in the DJC2 IPC system and the DISA suite ?C? architecture. Training, manuals, drawings, and operation documents for this suite are currently in place and or are being produced to support the war fighter. These products will be able to be re-used for DJC2 systems 5 and 6. The use of this specific PEP, which is also being used in DISA?s suite ?C? and approved by DISA, ensures compatibility between the DJC2 system and DISA?s Teleport/STEP sites. It will also ensure better compatibility between DJC2 and other DOD IP communication systems. Equipment purchased on this requisition is production representative. These are the fifth and sixth deliveries of a standardized, configuration-managed system. The DJC2 Acquisition Strategy defines this approach during this increment of the system, in order to maximize the potential for product imp rovements on current part numbers from the rapidly evolving world of i nformation technology. The AEA is not allowed to compete this network device purchase to other common PEP hardware manufacturers. The following is being procured: CLIN 0001: Twenty-four (24) each TURBOIP.3AS00.0F TurboIP Performance Enhancement Proxy NAICS CODE IS 334220. Small Business Size Standard is 750 employees. FSC is 5820. The items will be delivered to the Naval Support Activity Panama City, Receiving Officer, Building 100, 101 Vernon Ave, Panama City Beach, FL 32407-7018. This solicitation document and incorporated clauses and provisions are those in effect through the Federal Acquisition Circular 2005-08, effective 5 January 2006. INSTRUCTIONS: The provision at 52.212-1, Instructions to Offerors ? Commercial Items applies to this acquisition. It is requested that the offeror submit a proposal in accordance with the format and content specified. Submit signed, dated offers to lonnie.oswalt@navy.mil, no later than 3:00pm(CST)23 Aug 2007. AS A MINIMUM, OFFERS SHALL INCLUDE: (1) RFQ number; (2) offeror?s name, address, point of contact, phone and fax numbers, e-mail address; (3)offeror?s DUN?s number, CAGE code and TIN number; (4) documentation that shows the offeror?s current active registration in the Central Contractor Registration (CCR) database. Lack of registration in the CCR database will make the offer ineligible for award; (5) offered delivery time; (6) completed copies of FAR 52.212-3 and DFAR 252.212-7000; (7) past performance data of the last three sales for the same or similar item. For each referenced contract number include: the contract number, dollar value, date of sale, organizational name, point of contract, address, phone number and e-mail; (8) OR include a copy of the current catalog or established price list for the item convered by the offer, or information where the established price may be found; a statement that such catalog or established price list: (1) is regularly maintained; (2) is published or otherwise available for inspection by customers; (3) states the prices at which sales are currently made to a number of buyers. ? A statement that such items are commercial items sold in substantial quantities to the general public, at the prices listed in the above mentioned catalog or established price list; (d) a statement that the quoted prices, including consideration of any discount or rebate arrangement, do not exceed prices charged the offeror?s most favored customer for like items in similar quantities under comparable conditions. OTHER TERMS AND CONDITIONS: Offerors shall include a completed copy of the provisions at 52.212-3 and 252.212-7000, Offeror Representations and Certifications ? Commercial Items, with its offer. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (Oct 2004) applies to this solicitation. The following clauses are applicable: 52.222-3, 52.222-121, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-19, 52.232-33 and 52.247-34. 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 (Sep 2004) (Deviation) applies to this acquisition. The following clauses are a pplicable: 52.203-3, 252.225-7001, 252.225-7007, 252.227-7015, 252.227-7037, and 252.247-7024. The Defense Priority and Allocation Systems (DPAS) rating is DO-A7. The closing date for receipt of quotations is no later than 3:00pm (CST) 23 Aug 2007. Electronic quotes are encouraged to lonnie.oswalt@navy.mil. Quote may also be faxed to (850) 234-4197 or delivered to NSWC PC, ATTN: Code XPS2/Oswalt, 110 Vernon Avenue, Bldg 373, Panama City, FL 32407-7001.
 
Web Link
NSWC Panama City Open Actions
(http://nswcpc.navsea.navy.mil/contracts/ztable/open_actions.html)
 
Record
SN01371159-W 20070815/070813221809 (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.