SOLICITATION NOTICE
70 -- Avocent Switches and Accessories
- Notice Date
- 6/13/2006
- Notice Type
- Solicitation Notice
- NAICS
- 423430
— Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
- Contracting Office
- Department of the Air Force, Air Mobility Command, AMC Contracting Flight (HQ AMC/A7KF), 507 Symington Drive Room W202, Scott AFB, IL, 62265-5015
- ZIP Code
- 62265-5015
- Solicitation Number
- FA4452-06-Q-A062
- Response Due
- 6/26/2006
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 AMC Specialized Contracting Branch intends to solicit and award a firm-fixed price contract, under Federal Acquisition Regulation (FAR) Part 12 and 13. This is a 100% small business set aside. The North American Industry Classification System (NAICS) for this acquisition is 423430 with a Small Business Size Standard of 500 employees. The solicitation number for this announcement is Request for Proposal (RFP) FA4452-06-Q-A062. 36 each Avocent DSR 2035 IP based KVM switch, 32 port, 2-digital, 1 local user (Avocent Part Number DSR2035-001); 2 each Switch: Avocent DSR 8035 IP based KVM switch, 32 port, 8-digital, 1 local user (Avocent Part Number DSR8035-001); 48 each Interface Card: Avocent server interface module PS/2 (Avocent Part Number DSRIQ-PS2).; 98 each Interface Card: Avocent server interface module USB (Avocent Part Number DSRIQ-USB); 4 each Switch Operating System: Avocent DSV3 Portfolio B, 1 hub/1spoke/5 users license (Avocent Part Number DSV3-SW) with Media Kit for DSV3-SW (Avocent Part Number 550-171-001); 7 each Switch Operating System: Avocent DSV3, 1spoke add on license (Avocent Part Number DSV3-SPOKE); and 10 each Switch Operating System: Avocent DSV3, 5 user add-on license (Avocent Part Number DSV3-5). Brand name or equal. This requirement is for new equipment only and quotes offering refurbished equipment will not be considered. Delivery is to be made within 30 days after receipt of order on an FOB Destination basis to 243 EIS/GDSS2-C2IPS Depot, 50 Western Avenue, South Portland, ME 04106-2499. Information shall be provided in a format that reflects the price per item and a total price. Total cost shall include all shipping and handling. The Government reserves the right to cancel this solicitation, with no obligation to the offeror by the Government. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-09. The provision at FAR 52-212-1, Instructions to Offerors-Commercial Items applies to this acquisition. Only one award will be made to the lowest price technically acceptable offeror who meets the requirement. Offerors are required to submit a completed copy of FAR 52.212-3, Offeror Representations and Certification--Commercial Items, with their offer. The clause at 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items, applies to this acquisition, with the following clauses: 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I; 52.219-23, Convict Labor; 52.222-19, Child Labor--Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition with the following clauses: FAR 52.203-3, Gratuities; DFARS 252.225-7001 Buy American Act and Balance of Program; 252.225-7036, Buy American Act--Free Trade Agreements--Balance of Payments Program; 252.227-7015, Technical Data--Commercial Items; 252.227-7037, Validation of Restrictive Markings on Technical Data; 252.232-7003, Electronic Submission of Payment Requests; 252.243-7002, Requests for Equitable Adjustment; and 252.247-7023, Transportation of Supplies by Sea. Contract terms and conditions required to implement statutes or Executive Orders applicable to Defense acquisitions of Commercial Items. FAR 52.211-6 -- Brand Name or Equal (Aug 1999) and FAR 52.214-21 -- Descriptive Literature (Apr 2002) apply. The clause at AFFARS 5352.201-9101--Ombudsman applies to this acquisition. This is a DO rated order under the Defense Priorities and Allocations System (DPAS). Wide Area Workflow procedures shall be used for invoicing and acceptance on this requirement. All offers are due to this agency no later than 3:00 p.m., Central Daylight Time (CDT), 26 June 2006. Send all offers to David Limbrick, 507 Symington Dr. Rm W202, Scott AFB, IL 62225-5022, or by facsimile to 618-256-3091, or e-mail to David.Limbrick@scott.af.mil. To view the clauses in full text, visit www.arnet.gov. Vendors must be approved and registered in Central Contractor Registration (www.ccr.gov) before award can be made.
- Record
- SN01068662-W 20060615/060613220956 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |