Federal Bid

Last Updated on 31 Oct 2019 at 12 PM
Combined Synopsis/Solicitation
Kittery Maine

TACLANE®-10G Cyber Capable Encryptor

Solicitation ID SPMYM3-16-Q-2143
Posted Date 19 Sep 2016 at 5 PM
Archive Date 31 Oct 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Dla Land And Maritime
Agency Department Of Defense
Location Kittery Maine United states
 

SPMYM3-16-Q-2143

Ref 62294001-4

 

 

This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR part 13 and Subpart 12.6, as supplemented with the additional information included in this notice.  This announcement constitutes the only solicitation; a written solicitation will not be issued.  PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted to FEDBIZOPPS.  The RFQ number is SPMYM3-16-Q-2143.  This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-89 and DFARS Change Notice 20160830.  It is the responsibility of the contractor to be familiar with the applicable clauses and provisions.  The clauses may be accessed in full text at these addresses: www.acqnet.gov/far  and http://www.acq.osd.mil/dpap/dfars/html/current/252201.htm .  The NAICS code is 334111 and the Small Business Standard is 500.  This requirement is brand name mandatory - must be from General Dynamics Mission Systems.   General Dynamics Mission Systems is the sole manufacturer of TACLANE products. TACLANE line of products is the only ones compatible with existing systems.  Due to the encryption and security restrictions imposed by the National Security Agency (NSA) there no authorized resellers for TACLANE product family.

 

This is an "all or none" award.

 

Potential contractors will be screened for responsibility in accordance with FAR 9.104.

 

The Portsmouth Naval Shipyard requests responses from qualified sources capable of providing:

 

                                                               

0001     Part # 10GTR-1Trade-in for TACLANE-10G    QTY 2      Unit Price      Total Price

 

TACLANE®-10G Cyber Capable Encryptor - Trade-in Line rate 10

Gb/s INE with simultaneous Suite A/B and HAIPE® v4.1/ IPMEIR 1.0

agility. Includes necessary cabling, (2) SFP+ Short Reach

Transceivers, power supply, (1) spare CIK with tag, 5 year

hardware/software warranty and Help Desk Support

 

 

0002     Part # 21-2831727-1  One Pair of SFP+ Long Haul Transceivers    QTY  1      Unit Price      Total Price

 

One Pair of SFP+ Long Haul Transceivers (for TACLANE-10G

only)   90-day hardware warranty coverage, not

including installation or support services.

 

        

52.204-7 System for Award Management

52.204-13, SAM Maintenance

52.211-14, Notice of Priority Rating

52.211-15, Defense Priority And Allocation Requirements

52.211-17, Delivery of Excess Quantities

52.211-9014 Contractor Retention of Traceability Documentation

52.211-9020 Time of Delivery-Accelerated Delivery

52.212-1, Instructions to Offerors - Commercial Items;

52.212-4, Contract Terms and Conditions - Commercial Items

52.232-39, Unenforceability of Unauthorized Obligations

52.232-40 Providing Accelerated Payments to Small Business Subcontractors

52.233-9001, Disputes:  Agreement to Use Alternative Disputes Resolution

52.242-15 Stop Work Order

52.246-1, Contractor Inspection Requirements

52.246-9039 Removal of Government Identification from Non Accepted Supplies

52.247-34, F.O.B-Destination

52.247-9012, Requirements for Treatment of Wood Packaging Material

52.252-2 Clauses Incorporated by Reference

52.252-1

252.203-7002, Requirement to Inform Employees of Whistleblower Rights

252.204-7003. Control of Government Personnel Work Product

252.204-7008 Compliance With Safeguarding Covered Defense Information Controls (Dec 2015)

252.223-7008 Prohibition of Hexavalent Chromium

252.232-7010, Levies on Contract Payments

252.243-7001, Pricing of Contract Modifications

and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items  including: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards, 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015),  52.219-28 Post Award Small Business Program Representation, 52.222-3 Convict Labor, 52.222-19 Child Labor - Cooperation with Authorities and Remedies, 52.222-35 Equal Opportunity for Veterans,

52.222-37 Employment Reports on Veterans, 52.221-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-36  Equal Opportunities for Workers w/ Disabilities 52.222-50 Combating Trafficking in Persons, 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (July 2013). 52.233-3 Protest After Award (Aug 1996), 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004),

52.223-11 Ozone Depleting Substances, 52.223-18 Encouraging Contractor Policies to Ban Test Messaging While Driving, 52.225-13 Restrictions on Certain Foreign Purchases.  

 

Quoters are reminded to include a completed copy of 52.212-3 and it's ALT I with quotes.  All clauses shall be incorporated by reference in the order. 

 

Additional contract terms and conditions applicable to this procurement are: 

 

DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials

DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Sep 2013)

DFARS 252.204-7003 Control of Government Personnel Work Product (Apr 1992)

DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Dec 2015)

DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors

DFARS 252.209-7999, Representation by Corporations regarding an Unpaid Delinquent Tax Liability

DFARS 252.223-7008 Prohibition of Hexavalent Chromium

DFARS 252.225-7000   Buy American-Balance of Payments Program Certificate-Basic (Nov 2014)

DFARS 252.225-7001 Buy American and Balance of Payments Program -Basic (Nov 2014)

DFARS 252.225-7002 Qualifying Country Sources as Subcontractors (Dec 2012)

DFARS 252.232-7003 Electronic Submissions of Payment Requests and Receiving Reports (June 2012)

DFARS 252.232-7006 Wide Area Workflow Payment Instructions (May 2013)

 

DFARS 252.244-7000 Subcontracts for Commercial Items

DFARS 252.247-7023  Transportation of Supplies By Sea

This announcement will close at  1:00 pm on   September 21,  2016.  The Point of Contact for this solicitation is Sterling Mathews who can be reached at 207-438-2848 or email [email protected].    

 

52.212-2, Evaluation - Commercial Items is applicable to this procurement.  Evaluation criteria is Lowest Price Technically Acceptable (LPTA) however, PPIRS will be used to determine vendor responsibility.  

 

 

 

 

 

 

 

System for Award Management (SAM).  Quoters must be registered in the SAM database to be considered for award.  Registration is free and can be completed online at http://www.sam.gov/.

If  not the actual  manufacturer -  Manufacturer's Name Location and Business Size must be provided.

 

Please submit bids via fax at:  207-438-2452 or e mail to: [email protected]

 

 

All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, cage code, business size, and payment terms.   Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.

 

 

                               

 

 

Bid Protests Not Available

Similar Past Bids

Morgan Vermont 17 Feb 2022 at 5 AM
Lakehurst New jersey 20 Sep 2019 at 7 PM
Location Unknown 27 Apr 2017 at 6 PM
Lakehurst New jersey 09 Aug 2019 at 3 PM
Location Unknown 22 Jun 2020 at 3 PM

Similar Opportunities

Kittery Maine 13 Jul 2027 at 4 AM (estimated)
Columbus Ohio 11 Jul 2025 at 4 AM
San luis obispo California 17 Jul 2025 at 10 PM