The RFP Database
New business relationships start here

Multifunctional Secure Gateway Systems communications cards


District Of Columbia, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

The Department of Justice, Justice Management Division, Office of Security and Emergency Planning, intends to procure on a sole source basis from Cavalier Communications, Inc. technical support for 4-Multifunctional Secure Gateway Systems communications cards (s/n 000270, 000271, 000386 and 000387) for a Base Year period and 4-1year Option Periods (Base Year is October 1, 2015 through September 30, 2016; Option Year 1 is October 1, 2016 through September 30, 2017; Option Year 2 is October 1, 2017 through September 30, 2018; Option Year 3 is October 1, 2018 through September 30, 2019; and Option Year 4 is October 1, 2019 through September 30, 2020). Services are to be delivered to 950 Pennsylvania Avenue, NW, Room 6100, Washington, DC 20530. FAR Subpart 12.6, Subpart 13.106 and Subpart 13.5 as supplemented with additional information included in this notice is applicable to this requirement. FAR clause 52.212 3 Offeror Representations and Certifications Commercial Items, must be completed and available at the Online Representations and Certifications Application (ORCA) found at https://orca.bpn.gov. FAR clauses 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, 52.217-5 Evaluation of Options, 52.217-8 Option to Extend Services, 52.217-9 Option to Extend the Term of the Contract and 52.232-18 Availability of Funds are hereby incorporated by reference. NOTICE OF CONTRACTOR PERSONNEL SECURITY CLEARANCE REQUIREMENTS - Where performance under this contract/task or delivery order/call requires contractor personnel to have access to Department of Justice (DOJ) information, systems or facilities, contractor personnel will be subject to the background clearance requirements of Homeland Security Presidential Directive (HSPD)-12, OMB Guidance Memorandum M-05-24, FIPS Publication 201 and DOJ policy implementing HSPD-12 requirements. Background clearance requirements are determined by the risk level of each position, type of access and length of access required. Further information on background security clearance requirements applicable to contractor personnel proposed for performance on this contract/order/call may be obtained from the Contracting Officer. All contractor personnel must meet the DOJ Residency Requirements. He/She must have lived in the United States three of the last five years immediately prior to start of performance on this contract/order/call, and/or worked for the United States overseas in a federal or military capacity, and/or be a dependent of a federal or military employee serving overseas. Specific limited waiver request requirements - contractor personnel performing duties for a cumulative total of 14 days or less where there is a critical need for their specialized and unique skills (as solely determined by the Government) may be proposed for a waiver of the Residency Requirement by the contractor. Contractor personnel who are non-US citizens proposed for such a waiver of the Residency Requirement must be from a country allied with the United States (Since the countries on the Allied Countries List are subject to change, the contractor may review the following website for current information: http://www.opm.gov/employ/html/Citizen.htm. For contracts/orders/calls where access to DOJ information systems is involved, non-US citizens are not permitted to have access to or assist in the development, operation, management or maintenance of any DOJ IT system, unless a waiver is granted by the head of the Component, with concurrence of the Department Security Officer (DSO) and DOJ Chief Information Officer (CIO). Any such waiver must be in writing and be obtained prior to allowing any contractor employee who is the subject of the waiver request to begin work under this contract/order/call. The above requirements apply to any and all contractor employees requiring access to DOJ information systems or facilities, including subcontractor personnel, if applicable. All referenced FAR clauses may be copied at http://www.acqnet.gov/far/index.html. The technical support services to be procured under this synopsis must conform with the following Section 508 Accessibility Standards: 1194.21 Software Applications and Operating Systems; Information and Applications; 1194.31 Functional performance criteria; and 1194.41 Information, documentation, and support (see http://www.section508.gov). The NAICS code 811213, size standard is $10M. Due to the proprietary nature and copyright protection of this hardware and software, Cavalier Communications has been found to be the only known source to have access to these devices and perform the services for this DISA approved, Top Secret/Special Compartmented Information national security information messaging system which is compatible with the current Department of Justice DISA approved system. Interested parties must submit a written proposal which demonstrates the ability to provide the required technical support for each system, conformance with Section 508 (VPAT Template attached) and pricing for each item per period of performance. Quotes are to be sent to Michele B. Spencer to email address michele.b.spencer@usdoj.gov; or fax (202-307-1931) by April 23, 2015, oral quotations will not be accepted. Telephone calls will not be accepted, as no solicitation document exists.

Michele B Spencer, Phone (202) 307-1953, Fax (202) 307-1931, Email michele.b.spencer@usdoj.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP