Federal Bid

Last Updated on 31 Aug 2009 at 8 AM
Combined Synopsis/Solicitation
Range Alabama

GlobalScape Software

Solicitation ID N00421-09-T-0161
Posted Date 07 Aug 2009 at 2 PM
Archive Date 31 Aug 2009 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Not Specified
Agency Department Of Defense
Location Range Alabama United states 23013
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (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. This announcement is a request for quote (RFQ). The incorporated document and provisions and clauses are those in effect through Federal Acquisition Circular 2005-33, and DFARS Change Notice 20090729. This procurement is a set aside for small businesses. This requirement is being synopsized as a competitive small business set aside acquisition under the North American Industry Classification System code 334611, and the small business size standard is 500 employees. The Naval Air Warfare Center Aircraft Division (NAWCAD) has a requirement for the following : MANUFACTURER MFR PART# DESCRIPTION QTY Global Scape 890-014-S Enhanced File Transfer (EFT) QTY = 1 EFT Enterprise Edition Global Scape 890-022-S PGP Module- Production QTY = 1 Global Scape 890-059-S High Security Module QTY = 1 Global Scape 890-034-S ARM Module QTY = 1 Global Scape 890-043-S Secure Ad Hoc Transfer (SAT) QTY = 1 Module for the EFT ENT Server Global Scape 890-026-S Web Client-Production QTY = 1 Delivery Date: The required delivery date for this acquisition is September 21, 2009 Acceptance and Delivery will be to: Atlantic Test Range 23013 Cedar Point Rd. Telemetry Branch Patuxent River, MD. 20670 Shipping Charges: These items will be delivered F.O.B. destination, hence shipping shall be included in the price of the items. Technical acceptability will be determined solely on the content and merit of the information submitted in response to this synopsis/solicitation. Therefore, it is incumbent on the offeror to provide sufficient technical literature, documentation, etc. in order for the Government to make an adequate technical assessment of the proposal. A firm fixed price contract is anticipated. The clause at 52.212.-1, Instructions to Offerors-Commerical Items, (June 2008) is incorporated by reference and applies to this acquisition. The Government will award in accordance with FAR Part 13 on lowest priced – technically acceptable basis. The offeror shall provide backup information verifying the price offered; e.g. a copy of current catalog, invoice for the same equipment, etc. Each offeror shall include a completed copy of the provision at FAR 52.212-3, including Alt 1, Offeror Representations and Certifications – Commercial Items (Feb 2009) with its quote including DFAR 252-212-7000 Offeror Representations and Certification – Commercial Items (Jun 2005) if applicable. FAR 52.247-34 F.O.B- Destination (Nov 1991). FAR 52.212-4 Contract Terms and Conditions-Commercial Items ((Oct 2008) is incorporated by reference and applies to this acquisition. The clause at 52.212-5 Contract Terms and Conditions Required to Implement Executive Orders-Commercial Items (Feb 2009), is incorporated by reference, however, for paragraph (b) only the following clauses apply to this acquisition. 52.222-3, Convict Labor(June 2003)(E.O. 11755), 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2008)(E.O. 13126), 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006)(38 U.S.C 4212), 52.222-37, Affirmative Action for Workers with Disabilities(Jun 1998)(29 U.S.C 793), . DFARs Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jan 2009), 5252.232-9501 Submission of Invoices (Fixed-Price)(NAVAIR), 5252.232-9513 Invoicing And Payment (WAWF) Instructions (MAR 2009), 5252.243-9504 Authorized Changes Only By the Contracting Officer (NAVAIR)(JAN 1992), 5252.246-9518 Liquidated Damages (Hardware/Software) (NAVAIR)(OCT 2005), 5252.215-9524 Basis for Award (NAVAIR)(JUL)1998. Quotes are due to Cecelia L. Brigham, Contract Specialist, [email protected] ,via email, by 2:00 P.M. Eastern Local Time, August 13, 2009.
Bid Protests Not Available

Similar Past Bids

Patuxent river Maryland 08 May 2014 at 7 PM
Philadelphia Pennsylvania Not Specified
Philadelphia Pennsylvania Not Specified
Pennsylvania Not Specified
Patuxent river Maryland 04 Jun 2021 at 5 PM

Similar Opportunities

San luis obispo California 11 Jul 2025 at 10 PM
Macon Georgia 09 Jul 2025 at 6 PM
Washington 28 Jul 2025 at 4 AM
Richmond Vermont 16 Jul 2025 at 7 PM
San diego California 15 Jul 2025 at 6 PM