SOLICITATION NOTICE
58 -- Communication, Detection & Coherent Radiation Equipment
- Notice Date
- 7/2/2008
- Notice Type
- Presolicitation
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NSWC Dahlgren Division, N00178 NAVAL SURFACE WARFARE CENTER, DAHLGREN DIVISION 17632 DAHLGREN ROAD, DAHLGREN, VA 22448
- ZIP Code
- 22448
- Solicitation Number
- N0017808R1031
- Response Due
- 7/2/2008
- Archive Date
- 12/31/2008
- Point of Contact
- XDS119 540-653-8133 XDS119 540-653-8133
- Small Business Set-Aside
- N/A
- Description
- This combined synopsis/solicitation is being posted to both the Federal Business Opportunities (FBO) page located at http://www.fbo.gov and the Navy Electronic Commerce on Line (NECO) site located at https://www.neco.navy.mil. While it is understood that FBO is the single point of entry for posting of synopses and solicitations to the Internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by the Naval Sea Systems Command. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format of FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. FAR Subpart 13.5 will be used. The solicitation number is N00178-08-R-1031. The Naval Surface Warfare Center, Dahlgren Division (NSWCDD) intends to procure the following on a Sole Sourced, firm-fixed price basis, from Fortress Technologies, Inc, 4023 Tampa Road Suite 2000, Oldsmar, FL 34677-3216. Engineering services to develop an alternate mobile MESH wireless protocol-based system having capabilities specifically applicable to a mobile, wireless arena: Media (e.g., IEEE 802.11/802.16, FSO, wired) independent; Support for a concurrent mix of different media technologies; Provide for Layer-2 encryption with layer-3 scaling; No required centralized servers (e.g. DHCP, DNS, etc.); Support for large networks and network diameters; Support for fast moving nodes; Using a combination of proactive and reactive routing protocols to achieve a scalable, fast convergence capability. Key Deliverables: Ten (10) Prototype Fortress Technology ES520 Secure Wireless Access Bridges. Fortress ES520, Fortress holds all rights to the ES520, therefore, Fortress is the only qualified and only source allowed to make the required engineering changes. The North American Industry Classification System code is 334220 and the Small Business Size Standard is 750 employees. Delivery shall be FOB Destination to Virginia Beach, VA. This solicitation and incorporated clauses and provisions are those in effect through the Federal Acquisition Circular 2005-16 effective 22 March 2007 and Class Deviation 2005-00001. INSTRUCTIONS: The provision at 52.212-1, Instructions of Offerors - Commercial Items applies to this acquisition. It is requested that the offeror submit a proposal in accordance with the format and content specified. AT A MINIMUM, OFFERS SHALL INCLUDE: (1) RFP number; (2) Offerors name, address, point of contact, phone and fax numbers, e-mail address; (3) offerors DUNS number, CAGE code, and TIN number; (4) documentation that shows the offerors current active registration in the Central Contractor Registration (CCR) database. Lack of registration in the CCR database will make an offeror ineligible for award; (5) A copy of the complete commercial warranty provisions and terms; (6) Offered delivery time; (7) Offerors remit to address; (8) Completed copies of FAR 52.212-3 and DFARS 252.212-7000; (9) Past performance data of the last three sales for the same or similar items. For each reference include: contract number, dollar value, date of sale, organizational name, point of contact, address, phone number and e-mail; (10) The price proposal should include: (a) a copy of the current catalog or established price list for the items covered by the offer, or information where the established price may be found; (b) a statement that such catalog or established price list; (i) is regularly maintained; (ii) is published or otherwise available for inspection by customers (iii) states the prices at which sales are currently made to a number of buyers. (c) 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 pricelist; (d) a statement that the quoted prices, including consideration of any discount or rebate arrangement, do not exceed prices charged the offerors 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 FAR 52.212-3 and DFARS 252.212-7000, Offerors Representation and Certifications - Commercial Items, with its offer. The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Sep 2005) applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Feb 2006) applies to this acquisition. The following clauses are applicable: 52.222-3, 52.222-21, 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 applicable: 52.203-3, 252.225-7001, 252.225-7007, 252.225-7014 (Alt I), 252.227-7015, 252.227-7037 and 252.247-7024. The solicitation number is N00178-08-R-1031 and is a request for Proposal. A hardcopy solicitation shall not be issued as this notice is the solicitation. The award will be in accordance with FAR 13.5 Test Program for Certain Commercial Items. The mailing address for this proposal is: All interested parties shall contact the Contract Specialist, XDS119 at (540) 653-1098 and indicate their interest and capability. This procurement is DO priority rated. Any and all inquiries must be received by 7 July 2008 no later than 2:00 p.m. (local NSWCDD time, EDT) to: NAVAL SURFACE WARFARE CENTER DAHLGREN, CONTRACTS DIVISION, ATTN XDS119 BLDG 183 RM 102, 17632 DAHLGREN ROAD STE 157, DAHLGREN VA 22448-5110 or via e-mail to constance.salisbury@navy.mil. Award is anticipated by 24 July 2008. Faxed proposals are acceptable and may be faxed to (540) 653-7088. This acquisition will occur via a Firm Fixed-Price contract. All items shall be delivered and accepted FOB Destination to COMBAT DIRECTION SYSTEMS ACTIVITY, RECEIVING OFFICER, CDSA DAM NECK, 1922 REGULUS AVENUE, VIRGINIA BEACH, VA 23461 between the hours of 8:00 a.m. and 3:30 p.m. on weekdays. No deliveries will be accepted on Federal holidays.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a48cc8032e3bb67647594533b36bf377&tab=core&_cview=1)
- Record
- SN01606715-W 20080704/080702222314-a48cc8032e3bb67647594533b36bf377 (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 |