Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 23, 2009 FBO #2796
SOLICITATION NOTICE

58 -- Symmetry Equip - AMAG

Notice Date
7/21/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Defense Information Systems Agency, Procurement Directorate, DITCO-Pacific, 477 Essex Street, Pearl Harbor, Hawaii, 96860-5815
 
ZIP Code
96860-5815
 
Solicitation Number
HC1019-09-T-A260
 
Point of Contact
Marisha K. Catian, Phone: 8084726680, Margaret Becker, Phone: 8084720282
 
E-Mail Address
marisha.catian@disa.mil, margaret.becker@disa.mil
(marisha.catian@disa.mil, margaret.becker@disa.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The Defense Information Technology Contracting Organization, Pacific (DITCO-PAC), Pearl Harbor, Hawaii is issuing this COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on FEDBIZOPPS (https://www.fbo.gov/). The RFP number is HC1019-09-T-A260. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-33 and DFARS Change Notice 20090715. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: http://www.arnet.gov/far and http://farsite.hill.af.mil. This requirement is set-aside for small business concerns. The NAICS code is 423430 and the Small Business Standard is 500 employees. The proposed contract action is for a brand name only. Interested firms must be authorized dealers/resellers of AMAG Technology products. No used/pre-owned/refurbished items are acceptable. Requests responses from qualified sources capable of providing the following: ITEM 0001: SYMMETRY M2100 AES ENCRYPTED NIC MODULE; PART NO.: MN-NIC-ENC-XP; QTY: 7 EACH ITEM 0002: SYMMETRY CAB3 ENCLOSURE; PART NO.: MN-CAB3; QTY: 13 EACH ITEM 0003: SYMMETRY 2008 PROFESSIONAL HSE 56 READER SOFTWARE V6.1; PART NO.: PRO/56-V6.1-HSE; QTY: 1 EACH ITEM 0004: SYMMETRY M2100 HSE 4DCU 4 READER BOARD ONLY; PART NO.: M2100-4DCU-KIT-HSE; QTY: 11 EACH ITEM 0005: SYMMETRY M2100 HSE 4DCR-P 4 READER BOARD ONLY; PART NO.: M2100-4DCR-P-KIT-HSE; QTY: 10 EACH ITEM 0006: SYMMETRY M2100 HSE 2DCR 2 READER BOARD ONLY; PART NO.: M2100-2DCR-KIT-HSE; QTY: 5 EACH ITEM 0007: SYMMETRY M2100 HSE 20K DATABSE UNIT BOARD ONLY; PART NO.: M2100-DBU-20K-KIT-HSE; QTY: 7 EACH FOB Destination applies. Delivery location is SPAWAR Systems Center Pacific, 2293 Victor Wharf Access Road, Bldg. 992, Pearl City, Hawaii 96782. Please include estimated delivery lead time to FOB Destination point. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR and DFARS provision and clauses are applicable to this procurement: 52.204-7 Central Contractor Registration; 52.212-1 Instructions to Offerors - Commercial Items; 52.212-2, Evaluation - Commercial Items (Evaluation of quotes will be conducted using Simplified Acquisition Procedures per FAR Part 13.106. The evaluation criterion is low cost, technically acceptable); 52.212-3 and its ALT I, 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 including the applicable clauses of 52.219-6 Notice of Total Small Business Set-Aside, 52.222-3 Convict Labor, 52.222-19 Child Labor - Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer-Other than Central Contractor Registration, and 52.239-1Privacy or Security Safeguards; 52.216-1 Type of Contract (The resultant contract will be a firm fixed price purchase order); 52.247-34 F.O.B. Destination; 52.252-1 Solicitation Provisions Incorporated By Reference; 52.252-2 Clauses Incorporated By Reference; 252.204-7004 Alt A Central Contractor Registration; 252.212-7000 Offeror Representations and Certifications - Commercial Items; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including the applicable clauses of 252.225-7001 Buy American Act and Balance of Payment Program, 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports, and 252.247-7023 Alt III; 252.232-7010 Levies on Contract Payments; 252.243-7001 Pricing of Contract Modifications Quoters are reminded to include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated in the order. Additional contract terms and conditions applicable to this procurement are: 52.204-9000 Points of Contact; 52.204-9001 Contract/Order Closeout - Fixed Price, Time-and-Materials, or Labor-Hours; 52.232-9000 Wide Area WorkFlow This announcement will close at 3:00 p.m. Hawaii Standard Time on 28 July 2009. Please submit quotes via e-mail to marisha.catian@disa.mil. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. Procedures in FAR 13.106 are applicable to this procurement. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, business size, and payment terms. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DTP/HC1019-09-T-A260/listing.html)
 
Place of Performance
Address: SPAWAR Systems Center Pacific, 2293 Victor Wharf Access Road, Bldg. 992, Pearl City, Hawaii, 96782, United States
Zip Code: 96782
 
Record
SN01881616-W 20090723/090721235436-026b26b7b49d4b2909851bec76b95c8b (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.