Federal Bid

Last Updated on 07 Jan 2010 at 9 AM
Combined Synopsis/Solicitation
Force Pennsylvania

Network Emulation Software

Solicitation ID F2MUOO9260A003
Posted Date 21 Dec 2009 at 1 PM
Archive Date 07 Jan 2010 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 Force Pennsylvania United states
The HQ AF ISR Agency, Contracting Flight at Lackland AFB, TX intends to make a sole source/brand name award to Scalable Network Technologies, Inc. for the purchase of Exata software. This requirement is set aside for small business opportunities. 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: REQUIREMENT: CLIN 0001- 1 EA - EXA-2-Base, Exata Network Emulation Software, includes developer, multimedia, wireless libraries; CLIN 0002- 8 EA -EXA-PCL, Additional Processor Core Licenses; CLIN 0003- 1 EA-QNL-45-NetSecure, Network Security Library to model network attacks; CLIN 0004-QNL-45-Adv.Wireless, Advanced Wireless Library for 802.16 models; CLIN 0005- 1 EA- QNL-45-MRAD, Military Radios Library for EPLARS, SINCGARS, Link 11, Link 16 etc models; CLIN 0006- 1 EA- QNL-45-PropTirem, Propagation Library for TIREM interface for Terrain Modeling; CLIN 0007- 1EA QNL-45-URBAN, Propagation Library Urban for urban Terrain Modeling; CLIN 0008- 1 EA- QNL-45-STDINT, Standard Interfaces Library for DIS, HLA, & TENA interfacing; CLIN 0009- 1 EA- QNL-45-SAT, Satalite Library; and CLIN 0010- 1 EA- QX-MA, Annual Maintenance & Tech Support Agreement for version 3.5- QUALNet Sequel, includes technical support, software version updates, and maintenance of the software for 1 year from award of the contract. All items are to be delivered to Air Force ISR Agency, 250 Hall BLVD, STE 139, San Antonio, TX 78243. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular 2005-38. The requirement is FOB Destination. Payment of invoices will be made by DFAS-LI. The following FAR clauses and provisions apply to this requirement which can be viewed through Internet access at the AF FAR Site, http://farsite.hill.af.mil. 52.212-1, Instructions to Offerors - Commercial Items (JUN 2008), 52.212-2-Evaluation of Commercial Items (JAN 1999), 52.212-3, Offeror Representations and Certifications- Commercial Items, (AUG 2009), 52.212-4, Contract Terms and Conditions-Commercial Items (MAR 2009); FAR 52.212-5, Contract Terms and Conditions required to Implement Statutes or Executive Orders - Commercial Items (DEVIATION) (DEC 2009); as do the following FAR clauses cited therein: 52.222-26, Equal Opportunity (MAR 2007); 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (SEPT 2006); 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (SEPT 2006), 52.225-3 Buy American Act-Supplies (JUN 2009), 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003), 52.233-3 Protest After Award (AUG 1996) and 52.252-2 Clauses Incorporated by Reference (FEB 1998). 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (NOV 2009), DFARS 252.225-7001; Buy American Act and Balance Payment Program (JAN 2009); 252.204-7004, Required Central Contractor Registration (SEPT 2007). FIRMS THAT RECOGNIZE AND CAN PROVIDE THE REQUIREMENT DESCRIBED ABOVE ARE ENCOURAGED TO IDENTIFY THEMSELVES AND PROVIDE THE SUPPORTING EVIDENCE DESCRIBED HEREIN. THE GOVERNMENT WILL MAKE AN AWARD TO THE RESPONSIBLE OFFEROR WHOSE OFFER CONFORMS TO THIS REQUIREMENT AND IS THE LOWEST PRICE, AS FOLLOWS: 1) A DECISION ON THE TECHNICAL ACCEPTABILITY SHALL BE MADE FOR REQUIREMENTS OTHER THAN BRAND NAME. ONLY THOSE OFFERORS DETERMINED TO BE TECHNICALLY ACCEPTABLE WILL BE CONSIDERED FOR AWARD. 2) ALL TECHNICALLY ACCEPTABLE OFFERORS WILL THEN BE RANKED BY EVALUATED PRICE. AWARD WILL BE MADE TO THE OFFEROR WHOSE OFFER HAS BEEN FOUND TO BE TECHNICALLY ACCEPTABLE AND IS THE LOWEST PROPOSED PRICE. ALL RESPONSES RECEIVED BY THE DUE DATE WILL BE CONSIDERED BY THE GOVERNMENT. Offers are due at the AF ISR Agency Contracting Division not later than 4:00 PM, Central Time, 23 Dec 2009 and should reference the Solicitation listed above. OFFERORS MUST INCLUDE WITH THEIR PROPOSAL A COMPLETED COPY OF THE PROVISION 52.212-3, OFFERORS REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (AUG 2009). Effective 1 Jun 98, contractors must be registered in the Central Contractor Registration (CCR) and Online Representations and Certifications Application (ORCA) prior to receiving any contract award. You can register in the CCR by calling 1-888-227-2423, or via the Internet at http://www.ccr.gov/ and https://orca.bpn.gov/login.aspx. All responsible sources may submit an offer, which, if timely received, will be considered by this office. For more information contact Rachel Sexton (210) 977-6425 or email [email protected].

 

Bid Protests Not Available