Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 02, 2006 FBO #1741
SOLICITATION NOTICE

70 -- Communications Equipment Purchase - Encryptors

Notice Date
8/31/2006
 
Notice Type
Solicitation Notice
 
NAICS
334119 — Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
Defense Information Systems Agency, Procurement and Logistics, DITCO-Europe, Unit 4235, Box 375 APO, Sembach, Germany, AE, 09136-5375
 
ZIP Code
09136-5375
 
Solicitation Number
HC1021-06-R-2007
 
Response Due
9/7/2006
 
Description
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; quotations are being requested and a written solicitation will not be issued. This combined synopsis/solicitation is being issued by the Defense Information Technologies Contracting Organization-Europe, Unit 4235, Box 375, APO AE 09136 or Heuberg 143, 67681 Sembach, Germany. RFQ # HC1021-06-R-2007 applies and incorporates provisions and clauses in effect through Federal Acquisition Circular 05-11 and Defense Acquisition Circular 91-13. The requirement is a Firm, Fixed Price Commercial Item type contract. The proposed acquisition will require the contractor to provide the following items: CLIN 0001: OC-48 Sonet Type III Encryptor, Redundant -48VDC Power Supplies, Small Pluggable Form-Factor (SPF) Intermediate Range (15 km) Single Mode (1310 NM) Optical Connections on the network side and short or intermediate Range Single Mode (1310 NM) Optical Connections on the host side with Ethernet Management Port. Device must be able to operate in a line encryption mode, provide a bypass capability, do automatic non-traffic interrupting key changes, provide full line rate throughput, provide pass-through of network clock, and provide automatic resynchronization. Qty: 15. CLIN 0002: DS3/T3 Encryptor. -48VDC Power Supplies, BNC Physical Interface, and an Ethernet Management Port. . Device must be able to operate in a line encryption mode, provide a bypass capability, do automatic non-traffic interrupting key changes, provide full line rate throughput, provide pass-through of network clock, and provide automatic re-synchronization. Qty: 3. STANDARDS AND CERTIFICATIONS: All encryptors must be FIPS 140-2 certified, or in the certification process. Device must be able to support IPV6, SNMPV3, and radius and/or RSA secured authentication, or these capabilities must be on the vendor?s roadmap for development. The vendor must have, be pursuing, or be willing to pursue DISA Joint Interoperability Test Center (JITC) certification for interoperability and information assurance. NETWORK MANAGEABILITY: Devices are to be deployed at multiple Air Force Bases. Devices must be able to be centrally monitored and managed by the USAFE NOSC at Ramstein Air Base, and in case of loss of connectivity between the USAFE NOSC and the remote bases, the remote bases must have the ability to centrally monitor and manage the devices under their control. SUPPORT: Provide a minimum of 3 years of support to include both minor and major software and firmware upgrades and enhancements. Provide access to tech support website, phone support, and email support with at least one type of support being available on a 24/7 basis. Shipping will be F.O.B. Destination to a U.S. Postal System Address: USAFE/CSS/SCML, Attn: TSgt Pecht, Unit 3325, APO AE 09094-130A or to USAFE/CSS/SCML, Attn: TSgt Pecht, Bldg 404, Flugplatz Post, Ramstein-Miesenbach, Germany 66877 no later than 30 days after receipt of order (ARO) unless otherwise detailed on the quotation. Any variation to the requested delivery date shall be provided as the number of days after receipt of order with quote. INSTRUCTIONS FOR VENDOR QUOTES: Quotes from existing GSA Schedules or other existing Government contracts that DITCO is authorized to issue orders against are acceptable; however, all items must be listed on the schedule. If quoting from a GSA/Government contract, please ensure your quote references the GSA Schedule or existing Government contract numbers as well as the GSA Contract Expiration Date. Provide supporting documentation from the GSA schedule/contracts confirming proposed GSA schedule or any other Government contract pricing. This documentation is required even if lower prices from those prices published are offered in response to this requirement. Detail any discounts to the schedule pricing on your quote. Refurbished equipment will not be acceptable. Third Party, (gray market) equipment will not be acceptable. The following provisions/clauses apply to this acquisition: 52.212-1, Instructions to Offers, Commercial Items; 52.212-3, Offeror Representations and Certifications, Commercial Items; 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; 252.212-7000, Offeror Representations and Certifications, Commercial Items (or certification that these have been completed online via Online Representations and Certifications application (ORCA) at https://orca.bpn.gov); 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.204-7004, Required Central Contractor Registration; 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country; 52.212-2, Evaluation, Commercial Items: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer, conforming to the solicitation, will be most advantageous to the Government price and other factors considered. The Government anticipates awarding a firm, fixed price contract using the lowest price, technically acceptable source selection process. The Government reserves the right to make no award as a result of this solicitation. The Government also reserves the right to award without discussions and/or negotiations (except clarifications if necessary), or without requesting a final proposal revision. However, the Government may open discussions and final terms agreed upon after negotiations must be submitted by a revised proposal to the contracting officer. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time from acceptance specified in the offer, shall result in a binding contract without further action by either party. (c) Submit signed and dated offers to the office specified in this synopsis/solicitation at or before the exact time specified in this synopsis/solicitation. Offers may be submitted on letterhead stationery, or as otherwise specified in the synopsis/solicitation. As a minimum, offers must show (1) The solicitation number; (2) The time specified in the synopsis/solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) Terms of any express warranty; (5) Price and any discount terms; (6) Remit to Address, if different than mailing address; (7) A completed copy of the representations and certifications at FAR 52.212-3; (8) Acknowledgment of Synopsis/Solicitation Amendments; (9) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the synopsis /solicitation. Offers that fail to furnish required representations or information or reject the terms and conditions of the synopsis/solicitation may be excluded from consideration. (10) EFT Information (i.e. Tax ID number, DUNS, CAGE). The contract type will be a firm fixed price. Quotations are due not later than 1400 GMT, 07 September 2006. Fax quotes to DITCO/PL512, Attn: Kathleen Knepp, Fax: + 49(0)6302-9227-512 or email quotes to: Kathleen.Knepp@disa.mil. Oral proposals are not acceptable. All FAR/ DFAR clauses can be obtained htttp://farsite.hill.af.mil/VFFARa.htm). No numbered notes apply.
 
Place of Performance
Address: USAFE/CSS/SCML, Attn: TSgt Pecht, Bldg 404,, Flugplatz Post, Ramstein-Miesenbach, Germany
Zip Code: 66877
Country: GERMANY
 
Record
SN01130911-W 20060902/060831220134 (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.