Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2009 FBO #2854
SOLICITATION NOTICE

70 -- Network Upgrade for F22

Notice Date
9/15/2009
 
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-BM16
 
Archive Date
9/30/2009
 
Point of Contact
BryeMcMillon Jr, Phone: 757-764-8619
 
E-Mail Address
brye.mcmillon@langley.af.mil
(brye.mcmillon@langley.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items 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 RFQ FA4800-09-Q-BM16. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36. This acquisition is 100% set-aside for Small Business. The associated NAICS code is 423430 with a 500 employees size standard. This RFQ contains 31 lines items. The line item description for the APO Networks is as follows: CLIN 0001: Documents, 2020-C P/N DOC-2020-C, Qty. 6 Ea. CLIN 0002: Rackmount Kit, FAS2020,-C,R6, P/N X5518A-R6-C, Qty. 6 Ea. CLIN 0003: Power Cable North America, -C, R6. P/N X800E-R6-C, Qty. 12 Ea. CLIN 0004: FAS2020, Disk Shelf, 6x500GB SATA,-C, R5. P/N FAS2020-6-X282B-R5-C, Qty. 6 Ea. CLIN 0005: FAS2020 Base Appliance, -C, R5. P/N FAS2020-BASE-R5-C, Qty. 6. Ea. CLIN 0006: SW, Base Pack, -C: Includes iSCSI, ASIS(DeDupe), NearStore, HTTP, SyncMirror, Ops Manager & FCP, P/N SW-BASE-PK-C, Qty. 6 Ea. CLIN 0007: SW, Foundation Pack, T1, -C- Includes: SnapRestore, Snap Vault-Primary, Provisioning Manager, P/N SW-T1-FOUNDATION-PACK, Qty. 6 Ea. CLIN 0008: SW, Protection Pack, T1, -C- Includes: SnapMirror, Snap Vault-Primary, Provisioning Manager, P/N SW-T1-PROTECTION-PACK, Qty. 6 Ea. CLIN 0009: CIFS Software, T1-C, P/N SW-T1-CIFS-C, Qty. 6 Ea. CLIN 0010: Non Returnable Disk Fee: 12 months, P/N CS-NRD-FEE, Qty. 6 Ea. CLIN 0011: SW Subscription Plan: 12 months, P/N CS-S-SSP, Qty. 6 Ea. CLIN 0012: Documents, 2020, -C, P/N DOC-2020-C, Qty. 3 Ea. CLIN 0013: Rackmount Kit, FAS2020,-C, R6, P/N X5518A-R6-C, Qty. 3 Ea. CLIN 0014: Power Cable North America, -C, R6, P/N X800E-R6-C, Qty. 6 Ea. CLIN 0015: FAS2020, Disk Shelf, 12.750GB SATA, -C, R5, P/N FAS2020-12-X283B-R5-C, Qty. 3 Ea. CLIN 0016: FAS2020 Base Appliance, -C, R5, P/N FAS2020-BASE-R5-C, Qty. 3 Ea. CLIN 0017: SW, BASE Pack, -C: Includes iSCSI, ASIS(DeDupe), NearStore, HTTP, SyncMirror, Ops Manager & FCP, P/N SW-BASE-PK-C, Qty. 3 Ea. CLIN 0018: SW, Foundation Pack, T1, -C- Includes: SnapRestore, SnapVault-Primary, Provisioning Manager, P/N SW-T1-FOUNDATION-PACK, Qty. 3 Ea. CLIN 0019: SW, Protection Pack, T1-C- Includes: SnapMirror, SnapVault-Primary, Provisioning Manager, P/N SW-T1-PROTECTION-PACK, Qty. 3 Ea. CLIN 0020: CIFS Software, T1-C, P/N SW-T1-CIFS-C, Qty. 3 Ea. CLIN 0021: Non Returnable Disk Fee: 12 Months, P/N CS-NRD-FEE, Qty, 3 Ea. CLIN 0022: SW Subscription Plan: 12 months, P/N CS-S-SSP, Qty. 3 Ea. CLIN 0023: HP: S-Buy HP ProLiant DL360G5 rackmount, 1 x Quad-Core Xeon E5420 2.50 GHz, 80 W, 1333, P/N 459959-005, Qty. 9 Ea. CLIN 0024: Smart Buy 2GB 2x1GB Kit FBD PC2-5300, P/N 397411-S21, Qty. 9 Ea. CLIN 0025: HP 72GB Hot Plug 2.5 SAS 10,000rpm Hard Drive, P/N 375861-B21, Qty. 18 Ea. CLIN 0026: DVDRW 8X EIDE Black Slimline Tray, P/N 383975-B21, Qty. 9 Ea. CLIN 0027: HP PS Assy DL36X HT PLG PFC Kit, P/N 399542-B21, Qty. 9 Ea. CLIN 0028: 1.83M 10A C13-UL Power Cord, P/N AF556A, Qty. 18 Ea. CLIN 0029: HP Universal Rack 10642 G2 Pallet Rack, P/N AF001A, Qty. 1 Ea. CLIN 0030: 17in Rackmount Keyboard Monitor-Mouse, P/N AP5017, Qty. 4 Ea. CLIN 0031: Catalyst 3750 24 100 BaseFX + SFP Standard Multilayer Image, P/N WS-C3750-24FS-S, Qty. 3 Ea. End Item Description. Items identified above are manufactured by NetApp, Hewlet Packard, and CISCO Systems. Vendor shall certify that it is 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 product 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. Vendor shall provide Buyer with a copy of the End User license agreement, and shall warrant that all Cisco software is licensed originally to Buyer as the original licensee authorized to use the Cisco Software. Submittal of "Or Equal" items are allowed under this solicitation. When quoting an "or equal" item, offeror must submit all descriptive literature, specifications, catalogs, etc., along with their quotation, necessary to meet the requirements of this solicitation to be eligible for award. FOB point is Destination. The required delivery date is 30 October 2009. 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 52.212-2 -- Evaluation -- Commercial Items, 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 Set-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. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items: The following additional clauses apply to this solicitation: FAR 52.233-2, Service of Protest: (a) Protest, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the General Accounting Office (GAO), shall be served on the Contracting Officer Patricia Ward (addressed as follows) by obtaining written and dated acknowledgement of receipt from 1st Contracting Squadron, Attn: Patrica Ward, 74 Nealy Avenue, Langley AFB, VA 23665-2088. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. The above Provisions and Clauses may be obtained via internet at http://farsite.hill.af.mil. The Federal Acquisition Regulation (FAR) Part 9.5 requires that action to avoid, neutralize, or mitigate potential organizational conflict of interest be accomplished. Offerors will notify the Procuring Contracting Officer (PCO) in writing within 5 days of receipt of the RFP regarding any actual/potential OCI and provide applicable mitigation plans. EVALUATION OF QUOTATIONS/OFFERS: Quotes/offers will be evaluated IAW 13.106-2. Award will be made to the responsible offeror who's quote/offer represents the best value. We will be evaluating both technical aspects and pricing. Quotes must be signed, dated and submitted by 18 September 2009, 1400 pm, Eastern Standard Time (EST) to the 1st Contracting Squadron/LGCA, Attn: Brye McMillon Jr., Contract Administrator, Commercial Phone 757-764-8619, Fax 757-764-7447, E-mail brye.mcmillon@langley.af.mil, 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. 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. POINT OF CONTACT Brye McMillon Jr, Contract Administrator, Phone 757-764-8619, Fax 757-764-7447, brye.mcmillon@langley.af.mil Email your questions to Brye McMillon Jr. at brye.mcmillon@langley.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/1CONS/FA4800-09-Q-BM16/listing.html)
 
Place of Performance
Address: Langley AFB, Virginia, 23665, United States
Zip Code: 23665
 
Record
SN01956251-W 20090917/090916002933-e4be4f413d07504237895e33b389524a (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.