SOLICITATION NOTICE
63 -- HAIPE Secure IP Network Encryptors
- Notice Date
- 5/26/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334290
— Other Communications Equipment Manufacturing
- Contracting Office
- Department of Homeland Security, United States Secret Service (USSS), Procurement Division, 245 MURRAY LANE SW, BLDG T-5, WASHINGTON, District of Columbia, 20223
- ZIP Code
- 20223
- Solicitation Number
- RFQ281418
- Archive Date
- 6/24/2011
- Point of Contact
- David Leonard,
- E-Mail Address
-
david.leonard@usss.dhs.gov
(david.leonard@usss.dhs.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation: quotes are being requested and a written solicitation will not be issued. This solicitation is being issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-50. The following commercial items are requested in this solicitation on a Brand Name or Equal basis; 0001 - TACLANE Micro - Part Number MC-10901-2 (QUANTITY 9) Any proposed equal item must meet or exceed the minimum specifications identified below: - User replaceable battery -Passively cooled -Full bandwidth, 200Mb/s aggregate or better -10/100 Mb/s auto negotiation (full/half duplex) or better -HAIPE IS v3.1.2. -Crypto modernization -Suite A/Suite B (AES EFF) -Cipher-Text (CT) and Plain Text (PT) -10/100 Base-T electrical, RJ-45 connector -100 FX, 1310nm Optical, LC multi-mode connector -Standard DS-101 Key Fill Port -Key Fill Bus Capability -Primary Power 12VDC 30 Watts -Remote zeroize input -48 Traditional Pre-placed Keys (PPKs) Chains, with up to 11 changeover keys per slot (load PPKs once a year) -Support PPKs, FIREFLY and Enhanced FIREFLY keys -HAIPE IS v.3.1.2 Internet Key Exchange (IKE) -NSA Certified to Top Secret Codeword and below. -Networking Protocols -Ethernet (IPv4/IPv6 dual shock) and IPv6 neighbor discovery and address resolution -Address Resolution Protocol (ARP) Internet Group Management Protocol (IGMP) (v1/v2/v3) Queries/reports -Multicast Listener Discovery (v1/v2) -Internet Control Message Protocol (ICMP) -Path Maximum Transmission Unit (PMTU) 0002 - Shipping charges Trade-in Considerations: The government has the following General Dynamics TACLANE units for trade-in. All are used but in working order. Qty. (2) TACLANE Classics Qty. (1) TACLANE-E100 Qty. (1) TACLANE-Mini In addition to the requirements of FAR provision 52.211-6, Vendors must indicate whether discounts can be offered for new items based on the trade-in value for the used equipment listed above. The following provisions and clauses apply to this acquisition: FAR 52.211-6, Brand name or equal. FAR 52.212-1, Instructions to Offerors--Commercial Items. This is a competitive Request for Quotations (RFQ). The Government reserves the right to award on a multiple award or an all or none basis. The government will make an award to the offeror(s) whose quote(s) provide(s) the best value to the government. Best value will be determined based on the following evaluation factors which are listed in descending order of importance: Performance Parameters, Trade-In Considerations, Delivery Terms, and Price. All non-price factors, when combined, are more important than price. The government may pay more for a product that provides for superior performance, but will not pay a significantly higher price for slightly better performance. Vendors may submit multiple quotes that include trade-in discounts and/or do not include trade-in discounts. FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, and the offeror must include a completed copy of this provision with their proposal. FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.232-33, Payment by Electronic Funds-Central Contractor Registration. 52.252-1 Solicitation Provisions Incorporated by Reference. 52.252-2 Clauses Incorporated by Reference. The above Provisions and Clauses can be found at https://www.acquisition.gov/Far/. All questions and quotes must be sent in writing to the Contracting Officer, David Leonard via email at david.leonard@usss.dhs.gov. Quotes must be received no later than 2:30PM EST, Thursday, June 9, 2011.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USSS/PDDC20229/RFQ281418/listing.html)
- Place of Performance
- Address: 245 Murray Lane SW (Address for estimating shipping costs only), Actual delivery location will be identified at the time of award., Washington, District of Columbia, 20223, United States
- Zip Code: 20223
- Zip Code: 20223
- Record
- SN02458454-W 20110528/110526235237-c755a56cfcb50f8138319618d4cdb570 (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 |