SOLICITATION NOTICE
59 -- ADPE Equipment
- Notice Date
- 9/18/2004
- Notice Type
- Solicitation Notice
- NAICS
- 334119
— Other Computer Peripheral Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Mobility Command, 89th CONS, 1419 Menoher Drive, Andrews AFB, MD, 20762-6500
- ZIP Code
- 20762-6500
- Solicitation Number
- FA4416-04-T-0096
- Response Due
- 9/21/2004
- Archive Date
- 9/22/2004
- Small Business Set-Aside
- Total Small Business
- Description
- 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. 2. Solicitation number FA4416-03-T-0096 is issued as a request for quotation (RFQ). 3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-15. 4. This is a 100% Small Business Set-Aside. If there is no offers received from a small business concern, this acquisition for small business set-aside may be dissolved and the acquisition open to all responsive bidders. NOTE: This acquisition will not be reposted to the Electronic Posting System if the acquisition is dissolved for 100% small business consideration. The NAIC code is 334119 and the size standard is 1000 Employees. 5. This solicitation contains seventeen line item as follows: CLIN 001: Cisco 2624XM/VPN Bundle, AIM-VPN/BPII, Product # C2621XM-2FE/VPN-K9, Quantity: 4ea. CLIN 002: Power Cord, 110V, Product# CAB-AC, Quantity: 4ea. CLIN 003: 32 to 48 MB Flash Factory Upgrade for the Cisco 2600XM, Product# MEM2600XM-32U48FS, Quantity: 4ea. CLIN 004: 1-Port Serial WAN Interface Card, Product# WIC-1T Quantity: 2ea. CLIN 005:1-Port T1/Fractional T1 DSU/CSU WAN Interface Card, Product# WIC-1DSU-T1, Quantity: 2ea. CLIN 006: V.35 Cable, DTE, Male, 10 Feet, Product# CAB-V35MT, Quantity: 4ea. CLIN 007: Device Manager for Routers, Product# ROUTER-SDM, Quantity: 4ea. CLIN 008: Cisco 2600 Ser IOS Advanced IP Services, Product# S26AISK9-120308T, Quantity: 4ea. CLIN 009: 128 to 256MB DRAM Factory Upgrade for Cisco 2600XM, Product# MEM2600XM-128U256D, Quantity: 4ea. CLIN 010: DES/3DES/AES VPN Encryption/Compression, Product# AIM-VPN-BPII-Plus, Quantity: 4ea. CLIN 011: 8x5xNBD Svc, 2621XM/VPN Bundle AIM-VPN/BP/2FE/IOS, Product# CON-SNT-C2621XVPN, Quantity: 4ea. CLIN 012: Content Engine NM-Basic Perf-40GB, Product# NM-CE-BP-40G-K9, Quantity: 1ea. CLIN 013: Application and Content Networking System Software v5.1, Product# SF-ACNS-5.1-K9, Quantity: 1ea. CLIN 014: 256MB DRAM Factory Upgrade for NM-CE-BP, Product# MEM-CE-256U512D, Quantity: 1ea. CLIN 015: 24 Port, 10/100 Catalyst Switch, Standard Image Only, Product# WS-C2950-24, Quantity: 2ea. CLIN 016: Power Cord, 110v, Product# CAB-AC, Quantity: 2ea. CLIN 017: 8x5xNBD Svc, C2950:24 port 10/100 autosense/autonego, Product# CON-SNT-C2950-24, Quantity: 2ea. FOB: Destination 6. The provision at FAR 52.212.1, Instructions to Offerors, applies to this acquisition. Multiple offerors and awards are hereby deleted from this solicitation. All quotes must be for all items, as stated, partial quotes will not be considered. Award will be made to a single vendor. All inquiries or questions pertaining to this solicitation must be submitted in writing by the concern party at least 2 business days prior to closing date. The offer will be 8 1/2? x 11? paper except for fold-outs used. Written proposal should be limited to 2 pages. 7. The provision at FAR 52.212-2, Evaluation of Commercial Items applies. (1) Price: Offers will be evaluated for completeness, reasonableness and competitiveness. An offer proposed price would be determined by multiplying the quantities identified in the pricing schedule by the proposed fixed unit price by contractor line item number to confirmed the extended amount. The Government reserves the right to enter into an agreement with other than lowest offeror. The government intends to enter into an agreement without discussions, nevertheless, the government may communicate with an offeror in order to clarify or verify information submitted in its offer. 8. Offerors must submit a completed copy of the provision at FAR 52.212-3, Offeror Representation and Certifications Commercial, with its offer. FAR 52.212-3 can be downloaded from the internet: http://farsite.hill.af.mil/. Offerors that fail to furnish the required representation information, or reject the terms and conditions of the solicitation, may be excluded from consideration. DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items (Nov 1995); and DFARS 252.225-7000, Buy American Act-Balance Payment Program Certificate (Apr 2003) with the quotation. 9. All FAR Clauses and provisions incorporated by reference may be viewed in full text via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.gov/far/ . The following FAR clauses are applicable: FAR 52.212.4, Contract Terms and Conditions Commercial Items, with addendum; 52.212-3, Government Furnished Property, FAR 52.212-5, and Notice to Supplier, 52.245-4. FAR 52.211-6 Brand Names or Equal;. 10. The provision at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items (Jun 2003), applies to this acquisition, and specifically the following FAR clauses under paragraph (b) are applicable: 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Sept 2002); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26 - Equal Opportunity (Apr 2002); 52.222-35 - Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.222-36 - Affirmative Action for Workers With Disabilities (Jun 1998); 52.222-37 - Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.225-13 -Restrictions on Certain Foreign Purchases (Jun 2003); and 52.232-33 - Payment by Electronic Funds Transfer--Central Contractor (May 1999). The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (June 2003), applies to this acquisition, and specifically the following clauses under paragraph (b) are applicable: 252.225-7001 - Buy American Act and Balance of Payments Program (Apr 2003); 252.232-7003 - Electronic Submission of Payment Requests (Mar 2003); and 252.247-7023 - Transportation of Supplies by Sea, Alternate III (May 2002). The following DFARS clauses are hereby incorporated into this solicitation: 252.225-7002, Qualifying Country Sources and Subcontractors (Apr 2003); and 252.204-7004, Required Central Contractor Registration (CCR) (Nov 2001). NOTE: CCR can be obtained by accessing the Internet, http://www.ccr.gov or by calling 1-888-227-2423. The CCR number must be obtained before award can be made. 11. If interested, e-mail, fax or mail your offer to the POC stated herein. Your offer must include the following: (a) written proposal ? limited to 2 pages; (b) completed Representations and Certifications ?FAR 52.212-3?. 12. Quotations must be received no later than 3:00pm EST, Sept 21, 2004. The Government prefers that all offers are e-mailed to the point-of-contact below with solicitation number (FA4416-03-T-0096) and contractors name listed in the subject block. Facsimile proposals will be accepted at 301-981-1907. Mail offers/proposals should be mailed to: 89 CONS/LGCB, 1419 Menoher Drive, Andrews AFB MD 20762 (Attn: SSgt Gratil - FA4416-03-T-0096). 13. The Government Primary point-of-contact is SSgt Yasmin Gratil (301-981-1908) (hiyasmin.gratil@andrews.af.mil). The secondary point-of-contact is Deborah Doyle (301-981-2341), (deborah.doyle@andrews.af.mil).
- Place of Performance
- Address: 89th Contracting Squadron, 1419 Menoher Dr. Andrews AFB, MD
- Zip Code: 20762
- Country: USA
- Zip Code: 20762
- Record
- SN00676554-W 20040920/040918211606 (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 |