SOLICITATION NOTICE
70 -- Cisco Network Intrusion Detection Sensors
- Notice Date
- 8/5/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of the Air Force, Air Combat Command, 55 CONS, 101 Washington Sq Bldg 40, Offutt AFB, NE, 68113-2107
- ZIP Code
- 68113-2107
- Solicitation Number
- F25600-02-T-0116
- Response Due
- 8/16/2002
- Point of Contact
- Sheila Rollins, Contract Specialist, Phone 402-294-3613, Fax 402-232-6571, - Sheila Rollins, Contract Specialist, Phone 402-294-3613, Fax 402-232-6571,
- E-Mail Address
-
sheila.rollins@offutt.af.mil, sheila.rollins@offutt.af.mil
- Small Business Set-Aside
- Total Small Disadvantage Business
- Description
- Cisco Network Intrusion Detection Sensors and maintenance. This is a 100% set-aside for small disadvantaged businesses. The government intends to purchase two (2) Cisco 4250 Network Intrusion Detection Sensors, part number IDS-4250-SX-K9 (including chassis, software, SecureShell, 1000Base SX with SC Connector), and one-year SMARTNet Standard 24x7 next business day maintenance, part number CON-SNT-IDS-4250. This is a firm, fixed-price acquisition. FOB Destination delivery is required. Offerors shall prepare quotations pursuant to Federal Acquisition Regulation (FAR) Subpart 12.6, supplemented with this notice. Qualified vendors shall provide pricing, delivery, warranty information, and address all the requirements in their quotations. The following provisions apply to this solicitation: FAR 52.212-1, Instructions to Offerors. FAR 52.212-2, Evaluation -- Commercial Items. Pricing and delivery terms are the most important evaluation factors. FAR 52.212-3, Offeror Representations and Certification -- Commercial Items. Offerors shall complete and submit these representations and certifications with their offers. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. This clause includes the following clauses: FAR 52.222-26, Equal Opportunity FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.222-37, Employment Reports on Disabled, Veterans, and Veterans of the Vietnam Era FAR 52.232-23, Payment by Electronic Funds Transfer Defense FAR Supplement (DFARS) 252.204-7004, Required Central Contractor Registration DFARS 252.225-7001, Buy American Act and Balance of Payments Program DFARS 252.225-7036, Buy American Act, North American Free Trade Agreement Implementation Act, Balance of Payments Program Information Technology products acquired for the government must be Year 2000 (Y2K) compliant as defined in FAR Part 39.002, as follows: (a) All Information Technology items shall be Y2K compliant, or non-compliant items shall be upgraded at no additional cost to the government to be Y2K compliant by 31 Dec 1999. (b) Y2K compliance means Information Technology that accurately processes date/time (including, but not limited to calculating, comparing, and sequencing) from, into, and between the twentieth and twenty-first centuries, and the years 1999 and 2000 and leap year calculations; furthermore, Y2K compliant Information Technology, when used in combination with other Information Technology, shall accurately process date/time data if the other Information Technology properly exchanges data/time data with it. Items will be delivered to Air Force Weather Agency, Offutt AFB, NE. Specific delivery instructions will be provided to the successful offeror. The North American Industry Classification System (NAICS) Code for this acquisition is 421430, and the small business size standard is 100 employees. Responses to this announcement are due 4:30 PM Central Standard Time, 16 Aug 2002. Electronic quotes are preferred, but fax quotes will also be accepted. Questions may be addressed to Sheila Rollins, Contract Specialist, telephone (402) 294-5142, fax (402) 294-7280, or e-mail: sheila.rollins@offutt.af.mil.
- Record
- SN00132403-W 20020807/020805213417 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |