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; proposals are being requested and a written solicitation will not be issued. The reference number is NA12OCT075712. The solicitation is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-21 effective November 7, 2007. This is an unrestricted solicitation. The associated NAICS code is 334310 and the small business size standard is 750 employees. A list of contract line item number(s) and items, quantities and units of measure follow: ITEM # DESCRIPTION QTY UNIT VNMX2001 Polycom MGC-100 MUX-20 Card 1 EA VNMN0801 Polycom MGC-100 Net-8 Card 1 EA VCPV0802 Polycom MGC-100 Video-8 Cards W/License 6 EA VCPA1601 Polycom MGC-100 Power Supply 1 EA VNMM0801 Polycom MGC-100 MPI Cards 2 EA VRMA4802 Polycom MGC-100 Audio-48/96 Card 1 EA 1200184L1 Adtran ATLAS 800 Serial Module 4 EA 1200262L1 Adtran ATLAS 800 NX56/64 BONDING Module 1 EA 366 ISO-4 TITAN MODEL 366 ISO-4 RACKMOUNT 4 UNIT Dial Isolator 2 EA PEC301401 TITAN/L3 KIV-7 Red to RS-530/232 Cable Assembly 8 EA PEC301402 TITAN/L3 KIV-7 Black to RS-530/232 Cable Assembly 8 EA PECDIALISO TITAN/L3 RS-366 DCE Cable Assembly to DB25S 8 EA PECDIALISO TITAN/L3 RS-366 DTE Cable Assembly to DB25S 8 EA The items to be acquired are Polycom, Adtran, and TITAN brand named equipment. FAR 52.212-1 Instructions to Offerors-Commercial Items is incorporated by reference and applies to this acquisition. Offeror shall include a completed copy of the provision at far 52.212-3, Offeror Representation and Certifications. Note: If your firm?s representations and certifications have been entered into the http://orca.bpn.gov/ , your firm is not required to submit additional representations and certifications. However, your firm must provide its DUNS number and a statement that the Online Representations and Certifications (ORCA) website has current information. The provision may be obtained at http://farsite.hill.af.mil . FAR 52.212-4, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (FEB 2007) is incorporated by reference and applies to this acquisition. The following clauses apply to this solicitation and any resultant contract, FAR 52.212-5; 52.233-3, 52.233-4, FAR 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, FAR 52.222-36, FAR 52.222-50, FAR 52.232-33, FAR 52.232-36, 52.247-34, DFAR 252.225-7001, DFAR 252.225-7002, DFAR 252.232-7003 Electronic Submission of Payement Requests, DFAR 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A, and DFAR 252.232-9100 Wide Area Workflow-Receipt and Acceptance (WAWF-RA) (May 2004) The Government plans to make a single award to the responsible offeror whose offer conforms to the requirements as stated in this combined synopsis and is most advantageous to the Government based on the least price technically acceptable methodology. Credit Card is the preferred method of payment. Electronic invoicing and payment using Wide Area Workflow will be consider if it offers a price advantage. RFQ responses are due 07 December 2007 at 3 PM Eastern time zone. Email submission is required. Late quotes will not be accepted. The name and telephone number of the individual to contact for quote submission and information regarding the solicitation: Ronald J. Anderson, Contract Specialist; 618-229-9259;
[email protected] . --------------------------------------------------------------- JUSTIFICATION AND APPROVAL TO PROCURE USING OTHER THAN FULL AND OPEN COMPETITION Upon the basis of the following justification, I, as Contracting Officer, hereby approve the use of other than full and open competition of the proposed contractual action pursuant to the authority of 10 U.S.C. 2304(c)(1). JUSTIFICATION 1. Agency and Contracting Activity: (FAR 6.303-2(a)(1)) Agency: SPAWAR CHS, 5572 Contracting Activity: DISA/DITCO/PL8322, Scott AFB, IL 2. Nature/Description of Action(s): (FAR 6.303-2(a)(2)) Procure upgrades for the existing Adtran ATLAS and Polycom MGC-100 equipment in use by the NVS facility. 3. Description of Supplies/Services: (FAR 6.303-2(a)(3)) (1) Polycom MGC-100 MUX-20 Card (1) Polycom MGC-100 Net-8 Card (6) Polycom MGC-100 Video-8 Cards W/License (1) Polycom MGC-100 Power Supply (2) Polycom MGC-100 MPI Cards (1) Polycom MGC-100 Audio-48/96 Card (4) Adtran ATLAS 800 Serial Modules (1) Adtran ATLAS 800 NX56/64 BONDING Module (2) TITAN Model 366 ISO-4 Rackmount 4 Unit Dial Isolators (8) TITAN/L3 KIV-7 Red to RS-530/232 Cable Assembly (8) TITAN/L3 KIV-7 Black to RS-530/232 Cable Assembly (8) TITAN/L3 RS-366 DCE Cable Assembly to DB25S (8) TITAN/L3 RS-366 DTE Cable Assembly to DB25S [REDACTED] 4. Identification of Statutory Authority: FAR 6.302-1/DFAR 206.302-1 Other than full and open competition of the proposed contractual action is pursuant to the authority of 10 U.S.C. 2304(c)(1); only one or a limited number of responsible sources, and no other type of supplies or services will satisfy agency requirements. 5. Demonstration of Contractor?s Unique Qualifications: (FAR 6.303-2(a)(5)) We have specified the Adtran and Polycom specific brands because the current equipment that we have in use can only be upgraded with items from these manufacturers. If it were required to purchase new equipment instead of upgrading the current systems in place there would be significant risk of non-interoperability with our current infrastructure. Additionally, the total cost to acquire new systems would be substantially higher that the cost to upgrading the current equipment. 6. FedBizOpps Announcement/Potential Sources: (FAR 6.303-2(a)(6)) A combined commercial synopsis/solicitation will be issued in the FedBizOps. POTENTIAL SOURCES: [REDACTED] 7. Determination of Fair and Reasonable Cost: (FAR 6.303-2(a)(7)) The Contract Specialist will perform price analysis prior to contract award to ensure that the price paid represents the best value to the Government. Also an evaluation of offered prices and a determination by the ordering activity Contracting Officer will be made so that the award represents the best value (lowest cost technically acceptable). 8. Description of Market Research: (FAR 6.303-2(a)(8)) The required Adtran and Polycom hardware has proprietary features and a custom operating environment found only in this brand name hardware. These specific products are required to fit within the already established VTC infrastructure since they are the only ones that can be used to upgrade the current systems. 9. Any Other Supporting Facts: (FAR 6.303-2(a)(9)) 10. Listing of Interested Sources: (FAR 6.303-2(a)(10)) [REDACTED] 11. Actions Taken to Remove Barriers to Competition: (FAR 6.303-2(a)(11)) While circumstances do not permit full and open competition for this acquisition, the Government will continue look for ways to use products that are available from multiple vendors. 12. Statement of Period of Performance and/or Delivery Schedule: (DARS 6.303-2(a)(S-90)) Estimated delivery of hardware is 30 to 60 days after award. 13. Reference to the Approved Acquisition Plan (AP)/Program Plan (PP): (FAR 6.303-2(a)(S-91)) N/A [REDACTED]
Bid Protests Not Available