SOLICITATION NOTICE
70 -- Secure Switches
- Notice Date
- 8/4/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334119
— Other Computer Peripheral Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Space Command, 21CONS (Bldg 350), Specialized Flight-IT, O&M, Tech Serv, IT Resources, 135 E ENT Ave STE 1055, Peterson AFB, Colorado, 80914-1385
- ZIP Code
- 80914-1385
- Solicitation Number
- FA2517-08-T-6112
- Archive Date
- 8/23/2008
- Point of Contact
- Susan K Davis, Phone: 719-556-7585
- E-Mail Address
-
susan.davis@peterson.af.mil
- Small Business Set-Aside
- Total Small Business
- Description
- i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.603, 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. (ii) This solicitation, FA2517-08-T-6112, is being issued as a Request for Quotation (RFQ). (iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26. (iv) This procurement is a small business set-aside. NAICS code is 334119 and the size standard is 1000. (v) The following commercial item is requested in this solicitation: FAR 52.211-6, Brand name or equal, applies. For equal, please provide technical specifications or your quote will be considered nonresponsive. CLIN 0001 - 17 each Secure Switch Fiber Optic A/B/C Switch Revision B. Part Number 5101186 Minimum Technical Specificiations: - Be able to switch between unclassified and classified networks. - Be a DOD Certified Device and DISA endorsed - Provide Full Duplex optical switching of the data path to handle all data rate, formats and protocols. - Maintains communications even when power is lost or removed. - Rack-Mount styles with ST or SC Connectors - Provide a remote/control interface to allow interface directly with connections for DVS II Secure Video Teleconferencing applications. - Approved for use on the DVS-II network - Full duplex optical switching - Handle all data rates, protocols, and formats - Requires no software set-up - RS-232 controllable - CCEVS EAL4 Certificate (vi) Products will be delivered to Peterson AFB, CO in 30 days ARO. (vii) The following provisions and clauses apply to this acquisition: The provision at FAR 52.212-1 (June 2008), Instructions to Offerors-Commercial Items. All firms must be registered in Wide Area Workflow (WAWF) at https://wawf.eb.mil at time of quote submittal. All firms must be registered in the Central Contractor Registration Database at www.ccr.gov in order to be considered for award. (viii) FAR 52.212-2(a) Evaluation-Commercial Items (June 1999), applies to this acquisition. Evaluation will be based on lowest price technically acceptable. (ix) The provision at FAR 52.212-3, Offeror Representations and Certification-Commercial Items (June 2008), is applicable to this acquisition. Vendor must be registered in Online Representations and certifications (ORCA) (https://orca.bpn.gov)) at the time of Quote submittal. (x) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (February 2007), applies to the acquisition. (xi) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items (Deviation) (June 2008), applies to this acquisition. a) FAR 52.222-26, Equal Opportunity (March 2007) b) FAR 222-19, Child Labor-Cooperation with Authorities and Remedies (February 2008) c) FAR 52.222-36, Affirmative Action for Handicapped Workers (June 1998) d) FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans' of the Vietnam Era, and other Eligible Veterans (September 2006) e) FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (September 2006) f) FAR 52.232-33, Payment by Electronic Funds-Central Contractor Registration (October 2003) g) FAR 52.222-3, Convict Labor (June 2003) h) FAR 52.222-21, Prohibition of Segregated Facility (February 1999) i) FAR 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) j) FAR 52.222-50, Combating Trafficking in Persons (August 2007) k) FAR 52.222-25 Affirmative Action Compliance (April 1984) l) FAR 52.219-6 Notice of Small Business Set Aside (June 2003) (xii) The clause at DFARS 252.204-7004, Required Central Contractor Registration (September 2007); DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders (March 2008); Ombudsman (AFFARS clause 5352.201-9101 (August 2005) as prescribed 5301.9103); Electronic Submission of Payment Requests, DFARS 252.232-7003 (March 2008); and Transportation of Supplies by Sea, DFARS 252.247-7023 (May 2002). (xiii) Quote Submission: DUNS, Cage Code, tax ID, terms and conditions shall be submitted with quote. (xiv) All quotes must be sent to Susan Davis at: Fax 719-556-4538 or e-mail susan.davis@peterson.af.mil. Quotes are required to be received no later than 3:00 pm MST, 8 August 2008.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=6ada6dd5178e5f893bd405fb95a7c89f&tab=core&_cview=1)
- Place of Performance
- Address: Peterson AFB, Colorado, United States
- Record
- SN01630046-W 20080806/080804221039-6ada6dd5178e5f893bd405fb95a7c89f (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 |