Federal Bid

Last Updated on 14 Nov 2009 at 9 AM
Combined Synopsis/Solicitation
Aberdeen Maryland

99--Assymetric Warfare Group (AWG) - Orion IP Manager Licenses IP4000

Solicitation ID W91CRB-09-T-0156
Posted Date 11 Sep 2009 at 6 PM
Archive Date 14 Nov 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 Aberdeen Maryland United states 21005
This is a combined synopsis/solicitation for commercial items prepared under the authority of FAR 13.5, Test Program for Certain Commercial Items and 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 combined synopsis/solicitation number is W91CRB-09-T-0156. This requirement is in support of the Asymmetric Warfare Group (AWG), Ft. Meade, MD 20755. The requirement is for the procurement of two (2) Orion IP Address Manager IP4000 licenses with 1st-year maintenance (up to 4096 IPs). Offerors shall provide FOB DESTINATION, firm fixed pricing (FFP) pricing. Requested delivery is 30 days or less after award of contract, however, the offeror shall propose their best possible delivery schedule. The ship to address is: 2286 Morrison Street, Ft. Meade, MD 20755-5355. The Government intends to award a firm, fixed price-type contract to the lowest priced, technically acceptable offeror. The provision at FAR 52.204-8 applies to this acquisition. The provision at 52.212-1, Instructions to Offerors--Commercial, applies to this acquisition. The provision at FAR 52.212-3(Alt.I) applies to this acquisition. The provision at FAR 52.219-1 applies to this acquisition. The provision at DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items, paragraph (b) of the provision at 252.212-7000 does not apply to this solicitation. Offerors shall provide a completed copy of FAR, 52.204-8, 52.212-3, 52.219-1, and DFARS 252.212-7000 and/or complete the Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov/ for review by the Government, as part of their proposal. The North American Industry classification System (NAICS) code for this acquisition is 511210 and the small business size standard is $25M. FAR clause 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. Additional FAR clauses cited in this clause are applicable: (8) (i) 52.219-6, Notice of Total Small Business Aside (June 2003) (15 U.S.C. 644), (16) 52.219-28, Post Award Small Business Program Rerepresentation; (17) 52.222-3, Convict Labor; (18) 52.222-19, Child Labor--Cooperation with Authorities and Remedies;(19) 52.222-21, Prohibition of Segregated Facilities; (20) 52.222-26, Equal Opportunity; (21) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (22) 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; (24) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; (33) 52.225-13, Restrictions on Certain Foreign Purchases; (38) 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration. The clause at DFARS 252.212-7001 applies to this acquisition. Additional clauses cited in this clause are applicable: (1) 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; (18) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. The full text of the FAR and DFARS references may be accessed electronically at this address: http://farsite.hill.af.mil. Responses to this RFQ must be signed, dated, and received by TUESDAY, 15 September 2009, no later than 10:00 AM EST to [email protected] or faxed to 410-306-3920. . E-mail submissions are acceptable/preferred; however, do not send .zip files, as they will be automatically deleted by our e-mail server. ****NOTE : DISCLOSURE OF UNIT PRICE INFORMATION - This constitutes notification pursuant to Executive Order 12600, Pre-Disclosure Notification Procedures for Confidential Commercial Information (June 23, 1987), of our intention to release unit prices in response to a request under the Freedom of Information Act, 5 USC 552. Unit price is defined as the contract price per unit or item purchased and that data is located at Section B, in the CLIN unit pricing information. THE GOVERNMENT CONSIDERS ALL OBJECTION TO BE WAIVED UNLESS THE CONTRACTING OFFICER IS NOTIFIED (IN WRITING WITH A STATEMENT OF ALL GROUNDS UPON WHICH DISCLOSURE IS OPPOSED) OF YOUR OBJECTION TO SUCH RELEASE PRIOR TO SOLICITATION CLOSING DATE. For questions concerning this solicitation contact Lisa J. Yamakawa, Contract Specialist Intern, phone (410) 278-6129, fax(410)306-3920, email to [email protected].
Bid Protests Not Available

Similar Past Bids

Pax West virginia 26 Aug 2019 at 12 PM
Location Unknown 13 Dec 2017 at 9 PM
Tobyhanna Pennsylvania 27 Mar 2018 at 6 PM
Hernando Mississippi 04 May 2021 at 6 PM
Durham North carolina 02 Jul 2018 at 7 PM

Similar Opportunities

Page West virginia 14 Jul 2025 at 8 PM
Morgantown West virginia 14 Jul 2025 at 8 PM
Aberdeen Maryland 17 Jul 2025 at 4 AM
Aberdeen Maryland 30 Jul 2025 at 4 AM (estimated)
Aberdeen Maryland 30 Jul 2025 at 4 AM (estimated)