7 June 2001 ----------------------------------------------------------------------- [Printed Issue Date: May 18, 2001] From the Commerce Business Daily Online via GPO Access [cbdnet.access.gpo.gov] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services--Potential Sources Sought OFFADD: SPAWARSYSCEN-Charleston, PO Box 190022, N. Charleston, SC 29419-9022 SUBJECT: R--ENGINEERING & TECHNICAL SUPPORT SERVICES - INFORMATION SECURITY (INFOSEC) SOL N65236-01-R-0018 DUE 010529 POC Joyce S. Blackwell, Contract Negotiator, Code 1117JB, (843)974-5964; Lisa Rosenbaum, Team Leader, (843)218-5982; Alternate POC Paula Somers, (843)218-5976. DESC: Space & Naval Warfare (SPAWAR) Systems Center Charleston is soliciting information from potential sources for systems engineering and technical support services for various federal Information Systems Security (INFOSEC) initiatives. This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement and any follow-up information requests. Respondents will not be notified of the results of the evaluation. Respondents deemed fully qualified will be considered in any resulting solicitation for the requirement. The Government reserves the right to consider a small business set-aside or 8(a) set-aside based on responses hereto. NAICS Code 541330 with $20 Million size standard applies. The estimated value is $50 Million and will include a base year and two one-year options. Performance will be at various federal sites worldwide with many projects occurring simultaneously at multiple sites. Respondents (large and small businesses) are requested to submit information (no more than 5 pages plus 1 cover page) on its capability to perform engineering and technical support services for the following: (1) NETWORK SYSTEMS SECURITY (NSS) - The contractor will be required to design, configure, install, and support Network Systems Security (NSS) products such as NAI Gaunlet 5.0, Cisco 7500 series routers and switches, F5Labs BigIP, SPAWAR Systems Center Standard Mail Guard, Wang High Assurance Guard (HAG), Cisco NetRanger, ISS Real Secure and commercial products that support the DOD Public Key Intrastructure (PKI). The contractor will identify the NSS requirements for Navy activities, bases, regional areas, and nodes of the Navy-Wide Intranet (NWI) conducting site surveys as required. Critical operating locations to be supported are Norfolk, London, Naples, and Bahrain. The contractor will recommend a security architecture that supports the requirements of the site and prototype the system in SPAWAR Charleston labs prior to installation. Installation schedules will be determined by SPAWAR Charleston and will be performed at a pace and during hours that minimize impact to the supported organization. Operator training and System Security Authorization Agreements (SSAAs) will be provided as part of the installation. The contractor must be capable of providing on-site support for trouble shooting and reconfiguration at short notice (approximately 24 hours) at any location. Continuous on-site support may be required at the critical locations listed above. The contractor will need vendor-trained personnel to install and support the SMG and HAG. (2) INFOSEC CERTIFICATION, TEST, AND EVALUATION - The contractor will be required to provide Information Systems Security Engineering (Computer Security, COMSEC, Emissions Security (TEMPEST), Physical Security, Procedural Security, and Administrative Security) support in the development of new and existing information systems/networks. These efforts include the reviewing, commenting and development of security engineering documents, development of System Security Authorization Agreements (SSAAs) and other Certification and Accreditation (C&A) documentation, development of Certification and Security Test and Evaluation plans/reports, and developing residual risk assessments. The contractor will also be knowledgeable in the Secret and Below Interoperability (SABI) initiative to assist in Navy and other DOD SABI certification activities. (3) CRYPTOGRAPHIC PRODUCTS - The contractor must be familiar with COMSEC Devices such as KG-40A, ANDVT, STE (Secure Terminal Equipment), STU-III, KG-84A/C, KIV-7 Family, KIV-19, EKMS (Electronic Key management System) and other legacy cryptographic products that require life cycle support. In addition, the contractor must have knowledge and be familiar of embedded COMSEC technology. The contractor must also have knowledge of the CNO validation process required to obtain COMSEC products. The contractor must be able to provide programmatic/acquisition management support, utilizing acquisition reform initiatives, and in addition, recommend life-cycle support methodologies for COMSEC products. (4) GENERAL REQUIREMENTS - The contractor must be able to provide on-site support at specific Navy locations, as indicated in Paragraph (1) above. In addition, the contractor may be required to provide a support facility in such locations as Norfolk, VA, Pensacola, FL, Jacksonville, FL, and Washington, DC. The contractor must be familiar with Navy installation procedures, both afloat and ashore. (5) PERSONNEL - The contractor must be able to provide a cadre of capable and qualified personnel consisting of electronic/computer engineers, computer scientists, computer specialists, programmers, analysts, data processors, logisticians, installers/maintainers, operators, technically oriented specialists, and program management support personnel with state-of-the-art engineering, logistical and technical backgrounds. Personnel must be familiar with INFOSEC (including but not limited to TEMPEST, COMSEC, COMPUSEC, etc); network analysis and engineering, electronic equipment and/or system design, installation, and planning, and have an intimate working knowledge of federal system acquisition, particularly related to systems under development. Personnel working on INFOSEC Engineering/Certification/Accreditation tasks, naval Security Group tasks, Joint Warfare Information Communication System (JWICS) tasks, Computer emergency Response Team (CERT) tasks, Network Encryption System (NES) tasks, FASTLANE tasks, COMSEC equipment tasks must have a Top Secret clearance based on a Single Scope Background Investigation (SSBI) and must be eligible for access to SCI information. (6) FACILITY - Due to the support work required by SPAWAR Charleston, and to facilitate coordination and on-site technical support, the respondent shall provide information on its capability to provide an engineering and general administrative office within one hour's driving time of SPAWAR Charleston. The facility must have a Top Secret Facility Clearance and any laboratory area(s) must be certified by the Defense Security Service (DSS) for up to Secret information, in accordance with Sections 5-801, 5-901, 5-904, and 5-905 of the National Industrial Security Program Operating Manual (NISPOM) requirements. The office must be equipped with secure voice communications equipment (STU III) and must be capable of storing, maintaining, and generating material and documents up to the Secret level. The contractor must have or be able to obtain a COMSEC Material System (CMS). Facility must be in place within 30 days after contract award. (7) SYSTEMS/PROGRAMS/PROJECTS - Typical systems, programs and projects include Firewall Security Systems (NFSS), Intrusion Detection Systems (IDS)/Automated System Incident Measurement (ASIM), Network Intrusion Detection (NID, JIDS), Defense Messaging System (DMS)/Fortezza, Tactical Data Link Technology, Secure Voice Technology, Network Engineering/Administration, Defense Research and Engineering Network (DREN), Classified Network Operation Center (SDREN NOC), SIPRNET, NIPRNET, FASTLANE/ATM (KG-75), TACLANE/ATM/IP (KG-175), Electronic Key Management System (EKMS), Network Encryption System (NES), INFOSEC Helpdesk (MP2, MGV, Case Point, SQL 6.X, Folio), Information Technology for the Twenty First Century (IT-21), Cryptographic System Engineering, TEMPEST engineering, Video Teleconferencing, encryption & authentication devices (such as Kerberos & Secure ID), and other related and/or follow-on systems. Offeror is to provide full company name and address, point of contact with telephone and facsimile number and email address, CAGE code, NAICS Code(s) as certified by the Small Business Administration. Indicate if large or small business and if participation in any future procurement announced at a later date will be at the prime or at the subcontractor/individual team member level. Information shall be submitted to the attention of the contract negotiator at the mailing address or e-mail link provided herein or faxed to (843)218-5963. Mailing envelope and/or facsimile cover sheet shall be clearly marked with the words MARKET SURVEY, and shall cite the solicitation number and the contract negotiator's name and code. E-mail "subject" shall state "MARKET SURVEY" and shall include the solicitation number. The contract negotiator will be out of the office during the period 21MAY01 through 25May01. Questions during this period shall be directed to the Team Leader or alternate POC with information copy to the contract negotiator. LINKURL: http://www-chas.spawar.navy.mil LINKDESC: Also review this announcement under WEB LINK/Doing Business With Us/Future Opportunities/SSC Charleston/Market Survey or Future Opportunity EMAILADD: blackwej@spawar.navy.mil EMAILDESC: Click here to contact the contract negotiator via e-mail. CITE: (W-136 SN50M2J8) ----------------------------------------------------------------------- [Printed Issue Date: May 17, 2001] From the Commerce Business Daily Online via GPO Access [cbdnet.access.gpo.gov] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: Technology Applications Office, 1671 Nelson Street, Fort Detrick, Maryland 21702-5044 SUBJECT: 70--ENCRYPTION DEVICES SOL DAAB18-01-Q-3410 DUE 052901 POC Estelle F. Marr 301-619-6337 Contracting Officer, Timothy Scott, 301-619-6339, Contract Specialist DESC: The U.S .Army Technology Applications Office has a requirement for: Item 0001: 15 each, KIV-21 InLine Network Encryptor (INE). Item must provide Type I encryption and be certified by National Security Agency (NSA) as an approved Embedded INFOSEC Product (EIP) and capable of processing network traffic up to TS/SCI. Delivery is FOB Destination, 30 days after award to Fort Detrick, MD 21702. This is a combined synopsis/solicitation for commercial supplies prepared in accordance with FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation document. Quotations are being requested and a written solicitation will not be issued. Responses must contain sufficient documentation to establish a bonafide capability to fulfill the requirement. The Request for Quotation number is DAAB18-01-Q-3410. The request for quotation document and the purchase order incorporates provisions and clauses that are in effect through FAC 97-20. The NAICS code is 334290, the small business size requirement is 750 employees. The FAR provision at 52.212-1, Instructions to Offerors, Commercial Items applies. 52.212-2 Evaluation of Commercial Items applies. Any Offerors must include a completed copy of the provision at 52.212-3, Offerors Representations and Certifications Commercial Items with its offer. The clause at 52.212-4, Contract Terms and Conditions Commercial Items and the clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies. All provisions and clauses are available at http://farsite.hill.af.mil. All inquiries must be in writing. Offers will be evaluated on a basis of best value including cost, technical acceptance and performance risk assessment. Offerors must be registered in the Central Contractor Registry (CCR) to be eligible for award. Responses are due by midnight Tuesday, May 29, 2001. Quotations may be faxed to 301-619-6383 or mailed to USACECOM-TAO, Attn: Timothy M. Scott, AMSEL-DSA-TAC, 1671 Nelson Street, Fort Detrick, MD 21702. LINKURL: NA LINKDESC: NA EMAILADD: tim.scott@tao.army.mil EMAILDESC: NA CITE: (W-135 SN50M1K6) ----------------------------------------------------------------------- [Printed Issue Date: May 21, 2001] From the Commerce Business Daily Online via GPO Access [cbdnet.access.gpo.gov] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: Directorate Of Contracting/Bldg 1239, Oo-Alc 6012 Fir Avenue, Hill Air Force Base, Ut 84056-5820 SUBJECT: R--DELIVERY ORDER FOR CHANNEL ENCRYPTION UNIT (CEU) CNT F04606-96-D-0074QP8M AMT $1,357,956 DTD 051001 TO Raytheon E-Systems Incorporated, St Petersburg, 1501 72nd Street North, St petersburg Fl 33710 4600 CITE: (I-137 SN50M434) ----------------------------------------------------------------------- [Printed Issue Date: May 23, 2001] From the Commerce Business Daily Online via GPO Access [cbdnet.access.gpo.gov] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: Commander, Marine Corps System Command, Code CTQ, 2033 Barnett Avenue, Ste 315, Quantico, VA 22134-5010 SUBJECT: 58--AN/PRC-138B(V)1 DUE 060501 POC Major S.J. Colcombe, 2033 Barnett Ave Suite 315, Quantico, Va 22134-5010, Major S.J.Colcombe phone (703) 784- 2006 EXT 2703, e-mail colcombesj@mcsc.usmc.mil, Fax (703) 784-2314 DESC: 1.The Marine Corps Systems Command intends to negotiate a sole source contract with Harris Corporation, RF Communications for Three Hundred and six (306) AN/PRC-138B(V)1's to be retrofitted with embedded Type 1 COMSEC upgrade kits, part number 10535-0911-01. Harris Corp., RF Communications is the original equipment manufacturer (OEM) and owns all related proprietary data and drawings. The retrofit will allow interoperability with KY-99A, KG-84C, and KY-57 encryption devices without the use of external encryption. 2.No RFP is available for competitive bidding; however interested parties are encouraged to submit a statement of capability for satisfying this requirement within 15 days of this announcement to the contact person listed above. See numbered note 22. EMAILADD: colcombesj@mcsc.usmc.mil EMAILDESC: click here to contact Marine Corps Systems Command Point of Contact CITE: (W-141 SN50M6J2) ----------------------------------------------------------------------- [Printed Issue Date: January 12, 2001] From the Commerce Business Daily Online via GPO Access [cbdnet.access.gpo.gov] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: D--Information Technology Services, including Telecommunication Services OFFADD: FBI/TCAU, 14800 Conference Center Drive, Suite 300, Chantilly, VA 20151 SUBJECT: D--INMARSAT SATILLITE SERVICES SOL RFQ850814 DUE 012601 POC Rhonda P. Williams (703)814-4910 DESC: This is a combined synopsis/solicitation for commercial items and is being issued in accordance with 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. The solicitation number RFQ-850814 is issued as a Request for Quotation, under simplified acquisition procedures, test program, unrestricted. The North American Industry Classification System (NAICS) code is 513340 and the small business size standard is $11.0 million. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-20. All responsible sources may submit a proposal, which, if timely received, shall be considered by the Government. The contractor shall provide a single U.S. Government account for the provision of Inmarsat satellite services for the Crisis Response Unit (CRU), Rapid Deployment Team of all CRU Inmarsat terminals (approximately 70). Deployment of CRU assets to assist an FBI on-scene commander/coordinator provides an immediate conduit to the technical resources of the Laboratory Division, assist intelligence gathering capabilities for strategic and tactical elements, and provides the communications infrastructure necessary in support of command, control and communications for a crisis event. CRU's objective is to establish an annual contract and four one-year options that will enable CRU to budget a set amount per month for each particular terminal. Vendor is requested to establish Inmarsat services using the following types of terminal equipment: B Terminals - High speed data (64K) encryption with KIV-7, voice/data encryption with STU-III, standard telephones. This service provides remote access to FBI Networks, secure telephone and fax, secure and non-secure video teleconferencing capability, and secure file transfer. Mini M Terminals - Voice/data encryption with STU-III, standard telephone. This service provides remote secure and non-secure transmission worldwide and limited file transfer capabilities. M4 Terminals - High speed data (64K) encryption with KIV-7, voice/data encryption with STU-III, standard ISDN. This service provides remote secure video teleconferencing with near full motion video, as well as secure and non-secure voice capability worldwide. All proposals shall contain past performance references for the last three (3) contracts of a similar nature. Bids received without past performance references shall be considered non-responsive. Bidders shall ensure all reference points of contact, i.e., organization, name, and phone number, are accurate. All respondents are encouraged to provide a variety of plans that would reflect the best value to the government. The number of satellite terminals as stated above is for proposal purposes only; the actual number of terminals for the initial base year contract may vary plus or minus the above stated amount, depending on changing requirements. Any resulting contract shall include the option to increase or decrease the number of satellite terminals over the term of the contract by 50% of the above stated amount. Price evaluations are based on individual amounts and options as proposed on a per satellite terminal basis. Proposals will be evaluated based on the factors as listed below for a base year contract, plus four one-year options, to be awarded no later than 01/26/01. Exercise of the awarded contract is contingent upon availability of funds and/or a full appropriation for each new fiscal year. Service to become effective with award and the place of delivery shall be FBI Academy, Quantico, Virginia 22135-0001. The FBI reserves the right to make multiple awards as a result of this solicitation. The following FAR clauses apply to this acquisition: 52.212-1 Instructions to Offerors - Commercial Items (Oct 2000). 52.212-2 Evaluation - Commercial Items (Jan 1999). The Government will award a contract resulting from this combined synopsis/solicitation to the responsible Offeror whose proposal conforming to this synopsis/solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate proposals, price, technical capability and past performance. Technical and past performance, when combined, are more important than price. Vendors are required to submit past performance information, including points of contact, on the last three contracts for similar equipment and service. 52.212-3 Offeror Representations and Certifications - Commercial Items (Oct 2000). Proposals shall be accompanied by completed representations and certifications. A copy of these representations and certifications may be obtained from the Acquisition Reform Network web page at www.arnet.gov. 52.212-4 Contract Terms and Conditions - Commercial Items (May 1999). 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Aug 2000). 52.217-9 Option to Extend the Terms of the Contract (Mar 2000). 52.232-19 Availability of Funds for the Next Fiscal Year. (Apr 1984). Funds are not presently available for performance under this contract beyond 9/30/2001. The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond 9/30/2001, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. 52.232-33 Mandatory Information for Electronic Funds Transfer Payment (May 1999). In addition to the listed FAR provisions and clauses, all Offerors must provide a contractor identification code which is currently the Dun and Bradstreet Data Universal Numbering System (DUNS) number. The selected Offeror shall also submit an electronic payment form SF-3881 ACH Vendor/Miscellaneous Payment Enrollment in accordance with the Debt Collection Act of 1996. A copy of this form may be obtained from the U.S. Treasury web site address http://www.ustreas.gov/forms.html. All FAR provisions and clauses may be reviewed and/or obtained from the General Services Administration's Acquisition Reform Network web site at Internet address http://www.arnet.gov/far/. Two (2) copies of a signed and dated proposal must be submitted to the Federal Bureau of Investigation, Suite 202, 14800 Conference Center Drive, Chantilly, Virginia 20151, no later than 4:00 PM Eastern Standard Time (EST) 01/26/01. All proposals must be submitted in hard copy. NO Faxed proposals will be accepted. The contact for information regarding this solicitation may be obtained by contacting Mr. Paul D. Rankin at (703) 814-4914 or Ms. Rhonda Williams at (703) 814-4910 between the hours of 7:30 AM and 4:00 PM EST, Monday through Friday. The proposal number RFQ-850814 must be listed on the outside of the submission. BIDDER PACKAGES SHALL INCLUDE ALL INFORMATION REQUESTED WITHIN THIS SOLICITATION TO BE CONSIDERED. CITE: (W-010 SN50A640) ----------------------------------------------------------------------- [Printed Issue Date: January 19, 2001] From the Commerce Business Daily Online via GPO Access [cbdnet.access.gpo.gov] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: Defense Threat Reduction Agency, Albuquerque Field Operations, Acquisitions (AMA), 1680 Texas St., SE, Kirtland, AFB, NM 87117-5669 SUBJECT: 58--REMOTE DATA TRANSMISSION SYSTEM SOL CPT019940569 DUE 012301 POC Emelda M. Armijo, Contract Specialist, 505/846-8457 or Patricia M. McDaniel, Contracting Officer, 505/846-8799 DESC: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12, Acquisition of Commercial Items and FAR 13.5 - Test program for Certain Commercial Items, and supplemented with additional information included in this notice. This announcement constitutes the solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation incorporates provisions and clauses effective through Federal Acquisition Circular FAC #97-21 and DFARS Changes Notice 20001213. This requirement is for full and open competition. Applicable NAICS 334220 and Size Standard is 750 employees. A Remote Data Transmission System (RDTS) has been engineered from multiple components to provide long-haul, real-time high-explosive test data and video requiring the following minimum capabilities: 25 mile transmission range; capable of supporting NTSC quality video; transmissions must be secured by a NSA approved encryption device; must be capable of controlling existing data acquisition and timing/firing software; and must be expandable, to include 3 cameras, Data Acquisition System (DAS), and triggering and firing (T&F) controls at each of two test sites. The system is based around four major, compatible components as follows: Video compression/analog-to-digital conversion devices; Data encryption devices; Transmission devices; and protocol switches/routers. Line Item 001- Microwave Transmission System to include: Radios (2 each), Antennas (4 each), Mount and peripheral hardware (4 each), License (2 each), Survey/Setup (1 each), Model: Long-Haul Microwave or equal. The bandwidth requirement (3+ Mbps) of the V-Brick Codec and the protocol requirement (ATM) of the KG-175 encryption device dictate the specification of the transmission system: ATM protocol at faster than 30 Mbps. Line Item 002 - Encryption Device to include: Equipment (2 each), Training (2 each), Ancillary Kit (2 each), (this encryption device must be NSA approved and operates above 15 Mbps on copper wire, Model TACLANE KG-175 or equal. Line Item 003 - Codec, can be used with standard TV monitors and no external computer interfaces and can be connected directly with wire or fiber, Model: V-Brick 3200 or equal. Line Item 0004 - ATM Switches, must allow easy expansion, setup, provide a software package that allows users to troubleshoot and reconfigure the system on-site, Model: AAC-2 or equal. This is brand name or equal requirement. If quoting other than brand name product, the offeror must provide the manufacturer's brand model or part number along with a technical description of the item(s) being offered in sufficient detail to evaluate compliance with the requirements of this announcement. This may include product literature, specification sheets, cuts, illustrations, drawings or other documents if necessary. Deliver required is 30 days after issuance of a purchase order. Delivery shall be FOB: Destination to the Defense Threat Reduction Agency/TDT, Nevada with final inspection and acceptance at destination. The following FAR provisions, clauses, and addenda apply to this acquisition: 52.211-6 - Brand Name or Equal; 52.212-1 - Instructions to Offerors - Commercial Items; 52.212-2 - Evaluation - Commercial Items. The government will award a purchases order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) technical capability or the item(s) offered to meet the Government requirement. Technical acceptability will be determined solely on the content and merit of the information submitted in response to this provision, (2) lowest priced brand name product, (3) past performance - offeror shall provide with their quote three Government or private industry references complete with Point of contact, Phone Number, Amount of Contract, and items provided. Offerors must include with their offer a completed copy of the provisions at FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items. 52.212-3 Offeror Representations and Certifications - Commercial Items (Offerors must submit a complete copy of the Representation & Certifications with their offer); 52.212-4 - Contract Terms and Conditions - Commercial items; 52.212-5 - Contract Terms and Conditions required to Implement Statutes or Executive Orders - Commercial Items, and with the following applicable FAR clauses: 52.222-3 - Convict Labor, 52.222-26 - Equal opportunity, 52.222-35 - Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36 - Affirmative Action for Workers with Disabilities;52.222-37 - Employment Reports on Disabled Veterans and Veterans of the Vietnam Era ; 52.225-3 - Buy American Act - Supplies; 52.225-13 - Restriction on Certain Foreign purchases; 52.232-34 - Payment by Electronic Funds Transfer- other than Central Contractor Registration; 52.232-35 - Designation of Office for Government receipt of Electronic Funds Transfer information; 52.232-25 - Prompt Payment; 52.232-33 - Payment by Electronic Funds Transfer - Central contractor Registration; 52.233-1 - Disputes; 52.233-3 - Protest after award; 52.237-2 - Protection of Government Buildings, Equipment and Vegetation, 52.243-1 Changes - Fixed Price; 52.246-1 - Contractor inspection Requirement; 52.246-16 - Responsibility for Supplies; 52.247-34 - FOB Destination, 52.249-4 - Termination for Convenience of the Government (Fixed-Price)(short From). Additionally each offer shall include a completed copy of Defense FAR Supplement (DFARS) provision 252.212.7000 - Offeror Representations and Certifications - Commercial Items. The following clauses apply DFARS 252.212-7001 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions for Commercial Items, paragraph (b); 252.204-7004 - Required Central Contractor Registration; 252.225-7001 - Buy American Act and Balance of Payment Program; 252.225-7012 - Preference for Certain Domestic Commodities; 252.225-7016 - Restriction on Acquisition of Ball and Roll Bearings (Alternate I)(Section 8064 of pub. L. 106-259); 252.247-7023 - Transportation of Supplies by Sea (10 U.S.C.2631) and 252.247-7024 - Notification of Transportation of Supplies by Sea. Additional Contract requirements are as follows: (1) Vendors shall extend to the Government the full coverage of any standard commercial warrant normally offered in a similar commercial sale provided such warranty is available at no additional cost to the Government; (2) include a delivery schedule and the discount/payment terms; (3) include name of and be signed by an authorized company representative along with telephone number, facsimile number; (4) include taxpayer identification number (TIN), Cage Code Number, and Duns number; (5) in accordance with DFARS 204-73, Vendors must be registered in Central Contractor Registration (CCR). For solicitations issued after 31 May1998, DoD will no longer award contracts to vendors not registered in the CCR data base. Registration may be done by accessing the CCR via the Internet at http://www.ccr2000.com. This is a DO-A70 rated order. This acquisition will be processed in accordance with Simplified Acquisition Procedures and Test Program for Certain Commercial Items. Offers are to be forwarded to the following address by no later than 2:00 p.m., 23 Jan 01: Defense Threat Reduction Agency, Acquisition Management Albuquerque (AMA), Attn: Emelda M. Armijo, 1680 Texas Street SE, Kirtland AFB NM 87117-5669 (Faxed quotes are acceptable, 505-846-4246). The anticipated award date is 01 Feb 01. The Government may elect to award a single CITE: (W-017 SN50B175) ----------------------------------------------------------------------- -----------------------------------------------------------------------