Federal Bid

Last Updated on 28 Feb 2006 at 5 AM
Combined Synopsis/Solicitation
Location Unknown

70 -- TACLANE GigE Encryptor

Solicitation ID FA4452-05-Q-A512
Posted Date 23 Sep 2005 at 5 AM
Archive Date 28 Feb 2006 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Fa4452 763 Scons Pkp
Agency Department Of Defense
Location United states
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; proposals are being requested and a written solicitation will not be issued. AMC Contracting Flight intends to solicit and award a firm-fixed price contract, under Federal Acquisition Regulation (FAR) Part 12 and 13. The North American Industry Classification System (NAICS) for this acquisition is 517910 with a Small Business Size Standard of 1,500 employees. The solicitation number for this announcement is Request for Proposal (RFP) FA4452-05-Q-A512. This requirement is for a TACLANE-GigE Encryptor, with the following mandatory specifications: 1 gigabit ethernet interfaces (1Gbps), NSA Type 1 Certified, HAIPIS Compliant. Brand name or equal. The quantity is 2. Delivery is to be made no later than 1 Dec 2005 on an FOB Destination basis to Scott AFB IL. Information shall be provided in a format that reflects the price per item and a total price. Total cost shall include all shipping and handling. The Government reserves the right to cancel this solicitation, with no obligation to the offeror by the Government. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-05. The following clauses apply: FAR 52.211-6 Brand Name or Equal and FAR 52.214-21 Descriptive Literature. The provision at FAR 52-212-1, Instructions to Offerors-Commercial Items applies to this acquisition. If proposing an “Equal” product be sure to submit documentation which demonstrates the item’s compliance with the salient characteristics as mentioned above. Only one award will be made to the lowest price technically acceptable offeror who meets the requirement. Offerors are required to submit a completed copy of FAR 52.212-3, Offeror Representations and Certification--Commercial Items, with their offer. The clause at 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items, applies to this acquisition, with the following clauses: 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I; 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; 52.222-35, Affirmative Action for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition with the following clauses: FAR 52.203-3, Gratuities; DFARS 252.225-7001 Buy American Act and Balance of Program; 252.225-7036, Buy American Act--Free Trade Agreements--Balance of Payments Program; 252.227-7015, Technical Data--Commercial Items; 252.227-7037, Validation of Restrictive Markings on Technical Data; 252.232-7003, Electronic Submission of Payment Requests; 252.243-7002, Requests for Equitable Adjustment; and 252.247-7023, Transportation of Supplies by Sea. This is a DO rated order under the Defense Priorities and Allocations System (DPAS). All offers are due to this agency no later than 12:00 noon, Central Daylight Time (CDT), 26 September 2005. Send all offers to Mary Jo Varel via e-mail at [email protected] To view the clauses in full text, visit www.arnet.gov. Vendors must be approved and registered in Central Contractor Registration (www.ccr.gov) before award can be made.
Bid Protests Not Available

Similar Past Bids

Agency Iowa 05 Jun 2008 at 9 PM
Charleston South carolina 05 Aug 2011 at 2 PM
Suffolk Virginia 23 Aug 2006 at 4 AM
Location Unknown 15 Sep 2011 at 12 PM
Edwards California 27 May 2005 at 5 AM

Similar Opportunities

Scott air force base Illinois 26 Feb 2026 at 8 PM
Scott air force base Illinois 26 Feb 2026 at 8 PM
Scott air force base Illinois 26 Feb 2026 at 8 PM
Scott air force base Illinois 26 Feb 2026 at 8 PM