Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 04, 2009 FBO #2841
SOLICITATION NOTICE

70 -- Spawn Servers and Equipment - Justification and Approval

Notice Date
9/2/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Combat Command, 1st CONS, 74 Nealy Avenue, Suite 100, Langley AFB, Virginia, 23665
 
ZIP Code
23665
 
Solicitation Number
FA4800-09-Q-CW08
 
Archive Date
9/23/2009
 
Point of Contact
Cory L. Williams, Phone: 7577647460, Marietta S. Fry, Phone: 757-764-7483
 
E-Mail Address
cory.williams@langley.af.mil, marietta.fry@langley.af.mil
(cory.williams@langley.af.mil, marietta.fry@langley.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Justification and Approval for Brand Name Items This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in 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. This solicitation is being issued as a Request for Quotation (RFQ). Submit only written quotations for FA4800-09-Q-CW08. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36. This acquisition is 100% set-aside for Small Businesses. The associated NAICS code is 423430 with a 500 employee size standard. This RFQ contains twenty one (21) line items. The line item description is as follows: CLIN 0001 - Qty (3) - Cisco Cat3750 Series switch, Catalyst 3750 24 MTRJ, Standard Multilayer Image, manufacture part number WS-C3750-24FS-S. CLIN 0002 - Qty (2) HP Proliant DL360G5 Servers, 2.5 Ghz, 4GB Ram, 144GB HD, Dual Power CLIN 0003 - Qty (1) APC AP5017 17in Rackmount Keyboard Monitor-Mouse CLIN 0004 - Qty (2) FAS2020HD Storage Unit w/ 9 TB HD Space and appropriate S/W CLIN 0005 - Qty (2) FAS2020, 6x5000GB, CIFS, iSCSI, SRest, BNDL, R5 CLIN 0006 - Qty (2) FAS2020,-C,R6, Rackmount kit CLIN 0007 - Qty (4) Power Cable North America, -C,R6 CLIN 0008 - Qty (2) SnapMirror Software, T1-C CLIN 0009 - Qty (2) DVDRW 8X EIDE Black Slimline Tray CLIN 0010 - Qty (2) HP PS Assy DL36X HT PLG PFC Kit CLIN 0011 - Qty (4) 1.83M 10A C13-UL Power Cord CLIN 0012 - Qty (2) SnapMirror Software, T1-C CLIN 0013 - Qty (2) Installation and SW subscription 12 months CLIN 0014 - Qty (1) Black Box, 36 Port 2U Fiber Patch Panel, manufacture part number JPM419A CLIN 0015 - Qty (9) Black Box, HD Patch panel adapter, manufacture part number JPM411A-R2 CLIN 0016 - Qty (1) APC, Smart-UPS 1500, manufacture part number SURTA1500RMXL2U CLIN 0017 - Qty (5) Yellow - ST-LC multimode patch cord; 3 Meters CLIN 0018 - Qty (5) Yellow - SC-LC multimode patch cord; 3 Meters CLIN 0019 - Qty (1) Green - ST-LC singlemode patch cord; 3 Meters CLIN 0020 - Qty (1) Green - SC-LC singlemode patch cord; 3 Meters CLIN 0021 - Qty (40) Yellow - ST-MTRJ multimode patch cord; 3 Meters End CLIN Description. All items in this solicitation are posted as brand name "or equal" requirements, with the exception of CLIN 0001. Vendor must provide items in CLIN 0001 exactly as described. This item is manufactured by CISCO Systems. Vendor shall certify that they are a Cisco Authorized Channel as of the date of the submission of their offer, and that it has the certification/specialization level required by Cisco to support both the product sale and product pricing, in accordance with the applicable Cisco certification/specialization requirements. Unless otherwise specified, Vendor shall warrant that the products are new and in their original box. The Vendor confirms to have sourced all Cisco products submitted in this offer from Cisco or through Cisco Authorized Channels only, in accordance with all applicable laws and current Cisco's applicable policies at the time of purchase. PROVISIONS/CLAUSES. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Item, applies to this acquisition. The provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this solicitation and the offeror must include a completed copy of this provision with their proposal. FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this solicitation. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation, FAR 52.219-6, Notice of Total Small Business Aside, FAR 52.222-3, Convict Labor, FAR 52.222-19, Child Labor-Cooperation with authorities and Remedies, 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, FAR 52.225-13, Restriction on Certain Foreign Purchases, FAR 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 Statues or Executive Orders applicable to Defense Acquisition of Commercial Items, applies to this solicitation. Specifically, the following DFARS clauses cited are applicable to this solicitation: 252.204-7004, Alternate A. Addenda to FAR 52.212-5. EVALUATION OF QUOTATIONS/OFFERS: Quotes/offers will be evaluated IAW 13.106-2. Award will be made to the responsible offeror with the lowest price. Quotes must be signed, dated and submitted by 08 Aug 2009, 1200 Eastern Standard Time (EST) to the 1st Contracting Squadron/LGCA, Attn: Cory Williams, Contract Administrator, E-mail cory.williams@langley.af.mil, electronic submission of quotes/offers is preferred. LATE OFFERS: Offerors are reminded that e-mail transmission of quote/offer prior to the closing date and time will not constitute a timely submission of quote/offer unless it is received by the government prior to the closing date and time. Quotations/offers or modification of quotes/offers received at the address specified for the receipt of offers after the exact time specified for receipt of offers WILL NOT be considered (ref. FAR 52.212-1(f)). All contractors must be registered in the Central Contractor Registration http://www.ccr.gov database prior to any contract award. Please submit the following information with each quote: Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, Delivery Time, GSA Contract No. (if applicable), Date offer expires, warranty, Line item unit price, and Total cost.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/1CONS/FA4800-09-Q-CW08/listing.html)
 
Place of Performance
Address: Langley AFB, Langley AFB, Virginia, 23665, United States
Zip Code: 23665
 
Record
SN01938371-W 20090904/090903001734-9cc423bdea8c532f39df6b4de7945bfd (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.