Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 22, 2018 FBO #6147
SOLICITATION NOTICE

D -- ISEC Software - J&A

Notice Date
9/20/2018
 
Notice Type
Justification and Approval (J&A)
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of the Navy, United States Marine Corps, Marine Corps Logistics Command (LOGCOM), 814 Radford Blvd, Suite 240, Bldg 3700, Albany, Georgia, 31704-1128, United States
 
ZIP Code
31704-1128
 
Solicitation Number
M67004-18-Q-0107
 
Archive Date
10/28/2018
 
Point of Contact
Eugene Swain, Phone: 2296398143, Zebadiah P Meador, Phone: 2296396762
 
E-Mail Address
eugene.swain@usmc.mil, zebadiah.meador@usmc.mil
(eugene.swain@usmc.mil, zebadiah.meador@usmc.mil)
 
Small Business Set-Aside
N/A
 
Award Number
M67004-18-P-4050
 
Award Date
9/28/2018
 
Description
Justification and Approval Classification Code - D - Automatic Data Processing and Telecommunication Services NAICS: 541511 Subject: ISEC Software for VTC system SOLICITATION NUMBER : M67004-18-Q-0107 SOLICITATION CLOSES : 24 September 2018 @ 4:30 PM EST Point of Contact : Eugene Swain, Contracts Department, (Code S1950), 814 Radford Blvd, MCLC, Albany, GA 31704-1128. eugene.swain@usmc.mil Telephone: (229) 639-8143 The Marine Corps Logistics Command, Contracts Department (S1950), intends to solicit and contract on a sole source basis with NEU Technologies Group, LLC (CAGE 53X20 ), of Roswell, GA for the service of updating and maintaining Video Teleconferences. The components and service are propriatary to NEU Technologies are direct replacement are required to maintain the warrenty integrity of the system. A Justification and Approval document is attached to this notice. Any source capable of supplying the required items may contact the person indicated above to be considered for future requirements. (1) National Stock Number - N/A (2) Specification - The Government does not own the specifications required to produce the required components. (3) Manufacturer - Criticom Incorperated CLIN No Item Description U/I Qty 0001 Criticom isec secure/non-secure network switching System/periods processing for ip networks - does not include market central switch as it already exists in environment EA 1 0002 Criticom annual isec-ipdc updated subscription plan - provides software support and release upgrades EA 1 0003 Criticom gold expanded warranty & technical support EA 1 0004 GSA approved information processing system (ips) c5 container with x10 lock EA 1 0005 Integration of criticom secure/non-secure ip switch into existing vtc/crestron control system infrastructure EA 1 0006 Programming of criticom secure/non-secure ip switch into existing VTC/crestron control system infrastructure EA 1 1002 Criticom annual isec-ipdc updated subscription plan - provides software support and release upgrades EA 1 1003 Criticom gold expanded warranty & technical support EA 1 2002 Criticom annual isec-ipdc updated subscription plan - provides software support and release upgrades EA 1 2003 Criticom gold expanded warranty & technical support EA 1 3002 Criticom annual isec-ipdc updated subscription plan - provides software support and release upgrades EA 1 3003 Criticom gold expanded warranty & technical support EA 1 4002 Criticom annual isec-ipdc updated subscription plan - provides software support and release upgrades EA 1 4003 Criticom gold expanded warranty & technical support EA 1 (4) Destination information- Marine Corps Logistics Command Albany, GA 31704 (5) Award Procedures - The Government will solicit and award a Firm-Fixed-Price contract for these commercial services under the Simplified Acquisition Threshold. The Government will consider all responses from capable interested offerors received within 15 calendar days after date of publication of this synopsis. Any information submitted by respondents to this synopsis is strictly voluntary. The Government will not pay for any information that is submitted by respondents to this notice of proposed contract action. Such offers must be supported by information to enable the government to evaluate an offeror's ability to provide this item without the government providing technical data. This synopsis neither constitutes a Request for Proposal, nor does it restrict the Government to a particular acquisition approach. This synopsis should not be construed as commitment by the Government for any purpose other than market research. All documentation shall become the property of the Government. Responses received from this synopsis will be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Government not to compete this proposed effort on a full and open competition basis, based on responses to this notice, is solely within the discretion of the Government. If no additional responses are received, a contract will be placed without further notice with Harris Corporation. NOTE: ALL SOURCES MUST BE REGISTERED IN THE SYTEMS AWARD MANAGEMENT (SAM) DATABASE. Information on registration may be obtained by calling 1-866-606-8220 or via the Internet at https://www.sam.gov/portal/public/SAM The United States Marine Corps utilizes Wide Area Work Flow as its ONLY authorized method to electronically process vendor requests for payment. If your business is not currently registered to use WAWF-RA, please visit the WAWF-RA website at https://wawf.eb.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67004/M67004-18-Q-0107/listing.html)
 
Place of Performance
Address: 814 Radford Blvd, Albany, Georgia, 31705, United States
Zip Code: 31705
 
Record
SN05098634-W 20180922/180920231228-90d3c0bfec57e89ed7b68c33ba04a07c (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.