Federal Bid

Last Updated on 13 Apr 2007 at 4 AM
Combined Synopsis/Solicitation
Apo Ae

D -- Thales Equipment

Solicitation ID HC1021-07-T-2009
Posted Date 28 Feb 2007 at 5 AM
Archive Date 13 Apr 2007 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Disa/Ditco Europe
Agency Department Of Defense
Location Apo Ae Germany 66877
This amendment is issued to replace the previous combined synopsis solicitation dated 05 February 2007 (HC1021-07-T-2009) in its entirety as follows: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 request for quotation (RFQ HC1021-07-T-2009) is being issued by DITCO-EUROPE, Unit 4235, Box 375, APO AE 09136-5375. The RFQ document and incorporated provisions and clauses are those in effect through FAC 2005-15 and DAC 91-13. The proposed acquisition will result in a Firm Fixed Price commercial item type contract in accordance with the procedures detailed in FAR 12.6 and 13.104. NAICS code 334290 applies. This solicitation allows for full and open competition. Description of requirement: The government has a requirement for Thales Network Equipment, brand name or equal. The contract will include the following CLINs: Item 0001, DCSS-LC7SB-RR-1, Datacryptor SONET OC-48C, -48V DC, 1RU Brand Name Thales or equal, QTY: 8, Item 0002, DCSP-SMSR-1, SEP Optical Interfaces 2ea, 1310NM, Singlemode, 2 KM, Brand Name Thales or equal, QTY: 5, Item 0003, DCSP-SMIR-1, SEP Optical Interfaces 2ea, 1310NM, Singlemode, 15 KM, Brand Name Thales or equal, QTY: 5 , Item 0004, DCSS-LC7SB-HS, Datacryptor Technical Assistance Plan, Brand Name Thales or equal, QTY: 8, Item 0005, DCAP-LE71B, Datacryptor, E1, AES256, -48V DC, 1 RU, Brand Name Thales or equal, QTY: 4, Item 0006, DCAP-LE71B-HS, Datacryptor Technical Assistance Plan, Brand Name Thales or equal, QTY: 4, Item 0007, DCSS-LA7SB-RR-1, Datacryptor SONET/SDH OC-3C, -48V DC, 1 RU, Brand Name Thales or equal, QTY: 2, Item 0008, DCSS-LAZSB-HS, Datacryptor Technical Assistance Plan, Brand Name Thales or equal, QTY: 2, Item 0009, DC2K-CA-1, Certificate Software, Brand Name Thales or equal, QTY: 1, Item 0010, Shipping and Handling, 1 lot, Delivery shall be made no later than 30 days after receipt of order unless otherwise stated on quotation. Any variation shall be provided as the number of days after receipt of order to U.S. Postal System Address: USAFE CSS/SCML, Attn: TSgt Steven Pecht, UNIT 3325, APO, AE 09094, FOB Destination or Commercial Address: USAFE CSS/SCML, Attn: TSgt Steven Pecht, Bldg 404, Door 5, Flugplatz Post, Ramstein-Miesenbach, Germany 66877. Required Specifications: 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. The 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. USAFE requires one management platform to control all Tech Control Facility Modernization Program (TCF-MP) encryptors. The configuration, management, and monitoring platform must be able to perform these functions on the previously installed TCF-MP encryptors (Thales datacryptor) along with any new devices. Award shall be made based on lowest price, technically acceptable. New equipment is required. The following clauses/provisions are applicable: FAR 52.212-1 and 52.212-3 or certification that these have been completed online via Online Representations and Certifications application (ORCA) at https://orca.bpn.gov. FAR 52.212-4 applies to this acquisition. FAR 52.211-6 applies. FAR 52.212-5 applies to this acquisition -- 52.212-5(b): 52.203-6; 52.222-21; 52.222-26; 52.222-35; 52.222-36 and 52.222-37. These additional clauses are applicable: DFARS 252.204-7004, 252.212-7001, 252.212-7001(b), 252.225-7001, 252.225-7012, 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. DPAS: not applicable. Numbered notes: not applicable. Offers are due via e-mail to [email protected], ATTN: Christine Morgan no later than 1600 Central European Time (CET), 14 March 2007. The closing date for questions is 07 March 2007, 1600 hours Central European Time (CET). All FAR and DFAR clauses can be obtained at http://farsite.hill.af.mil/. The previous Brand Name Justification no longer applies due to the change to brand name or equal.
Bid Protests Not Available

Similar Past Bids

Tinker air force base Oklahoma 27 Aug 2013 at 8 PM
Location Unknown 29 May 2012 at 12 PM
Location Unknown 07 Jun 2012 at 11 AM
Wahiawa Hawaii 08 Nov 2006 at 5 AM
Hill New hampshire 15 May 2009 at 5 PM

Similar Opportunities